Brahmaputra Cracker and Polymer Limited

141
पुे करऔरपालीमेरलमटेड (भारतसरकारकाउपम) Brahmaputra Cracker and Polymer Ltd. (A Government of India Enterprise) ________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 1 - of 141 Brahmaputra Cracker and Polymer Limited (A Government of India Enterprise) ADMINISTRATIVE BUILDING, PO: LEPETKATA DISTT.: DIBRUGARH, ASSAM PIN CODE:786006 PHONE NO. 0373 2914636 e -TENDER NO:BCPL/C&P/LE16W231OR/00318 (Tender to be submitted in e-mode only) TENDER DOCUMENT FOR HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR Tender Submission Date & Time : 23.03.2017 at 14:30 Hrs Tender Opening Date & Time : 24.03.2017 at 15:00 Hrs Tender Fee : Rs. 1000 /- EMD Amount (Part-A) : Rs.2,65,600/- EMD Amount (Part-B) : Rs.85,760/-

Transcript of Brahmaputra Cracker and Polymer Limited

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 1 - of 141

Brahmaputra Cracker and Polymer Limited (A Government of India Enterprise)

ADMINISTRATIVE BUILDING, PO: LEPETKATA

DISTT.: DIBRUGARH, ASSAM

PIN CODE:786006

PHONE NO. 0373 2914636

e -TENDER NO:BCPL/C&P/LE16W231OR/00318

(Tender to be submitted in e-mode only)

TENDER DOCUMENT

FOR

HIRING OF SERVICE CONTRACT FOR OPERATIONAL

ASSISTANCE IN CRACKER UNIT (PART-A) & GSU

(PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR

Tender Submission Date & Time : 23.03.2017 at 14:30 Hrs

Tender Opening Date & Time : 24.03.2017 at 15:00 Hrs

Tender Fee : Rs. 1000 /-

EMD Amount (Part-A) : Rs.2,65,600/-

EMD Amount (Part-B) : Rs.85,760/-

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 2 - of 141

IMPORTANT INSTRUCTIONS

PLEASE NOTE THAT THIS "REQUEST FOR QUOTATION [RFQ]" IS ON "ZERO-DEVIATION"

BASIS. BCPL WILL ACCEPT OFFERS BASED ON TERMS AND CONDITIONS OF THIS

"REQUEST FOR QUOTATION [RFQ] & TENDER DOCUMENT" ONLY. DEVIATION TO TERMS

AND CONDITIONS OF "REQUEST FOR QUOTATION [RFQ] & TENDER DOCUMENT" MAY

LEAD TO REJECTION OF OFFER.

"INCOMPLETE BIDS SHALL NOT BE CONSIDERED"

PRIOR TO DETAILED EVALUATION, PURSUANT TO "BID EVALUATION AND REJECTION

CRITERIA", BCPL WILL DETERMINE THE SUBSTANTIAL RESPONSIVENESS OF EACH BID TO

THE "RFQ & TENDER DOCUMENT". FOR THE PURPOSE OF THIS, A SUBSTANTIALLY

RESPONSIVE BID IS ONE WHICH CONFORMS TO ALL THE TERMS AND CONDITIONS OF THE

BIDDING DOCUMENTS WITHOUT 'DEVIATIONS' OR 'RESERVATIONS / EXCEPTIONS'. BCPL'S

DETERMINATION OF A BID'S RESPONSIVENESS IS BASED ON THE CONTENT OF THE BID

ITSELF, WITHOUT RECOURSE TO EXTRINSIC EVIDENCE.

'TECHNICAL' AND/OR 'COMMERCIAL' QUERY(S), IF REQUIRED, MAY BE RAISED ON THE

BIDDER(S) – THE DECISION FOR WHICH WILL BE SOLELY BASED ON CIRCUMSPECTION BY

'BRAHMAPUTRA CRACKER AND POLYMER LIMITED'. HOWEVER, ISSUANCE OF REQUEST

FOR SUCH 'CLARIFICATIONS' SHALL NOT BE RESORTED TO MORE THAN 'ONCE'. THE

'RESPONSE(S)' TO THE SAME SHALL BE IN WRITING AND NO CHANGE IN THE 'PRICE(S)' OR

'SUBSTANCE' OF THE BIDS SHALL BE SOUGHT, OFFERED OR PERMITTED. THE SUBSTANCE

OF THE BID INCLUDES BUT NOT LIMITED TO PRICES, COMPLETION, SCOPE, TECHNICAL

SPECIFICATIONS, ETC.

BIDDERS ARE REQUESTED TO NOT TO TAKE ANY 'DEVIATION/EXCEPTION' TO THE TERMS

AND CONDITIONS LAID DOWN IN THIS "RFQ & TENDER DOCUMENT", AND SUBMIT ALL

REQUISITE DOCUMENTS AS MENTIONED IN THIS "RFQ & TENDER DOCUMENT", FAILING

WHICH YOUR OFFER WILL BE LIABLE FOR REJECTION.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 3 - of 141

BRAHMAPUTRA CRACKER AND POLYMER LIMITED [A Government of India Enterprise]

NOTICE INVITING TENDER

(OPEN DOMESTIC COMPETITIVE BIDDING)

BCPL INVITES E-BIDS FOR

1) HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR (E-TENDER NO:BCPL/C&P/LE16W231OR/00318)

AS DETAILED BELOW

E-TENDER NO.:BCPL/C&P/LE16W231OR/00318

Cost of Tender Document: INR 1000/- for Indian Bidders

Sale Period of Bid Document: From 03.03.2017 to 23.03.2017.

Pre-Bid Meeting: 10.03.2017, 03-30 PM

Bid due date for submission: On 23.03.2017 up-to 14.30 hrs.

For details, visit BCPL (www.bcplonline.co.in) or GAIL (www.gailtenders.in) website & CPP

Portal. Any revision, clarification, addendum , corrigendum , time/due date extension etc.(if any), to

this tender would appear on above websites only & will not publish on any other Media/Press. Bidders

are requested to visit above websites regularly to keep themselves updated.

Corporate Identification No.: U11101AS2007GOI008290

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 4 - of 141

TENDER NO:BCPL/C&P/LE16W231OR/00318FOR “HIRING OF SERVICE CONTRACT FOR

OPERATIONAL ASSISTANCE IN CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL,

LEPETKATA FOR ONE YEAR”

FAQ

[QUESTIONS AND ANSWERS]

SN. QUESTIONS ANSWER

1 Where the bidder can see the Tender

floated by BCPL?

Yes, please visit GAIL’s/BCPL’s website:

http://www.gailtenders.in; http://www.bcplonline.co.inand

Government portal https://www.eprocure.gov.in for complete details

of tender document including qualifying requirements, important

dates, etc.

2 Whether Hard copy of Bids are

acceptable?

No, Bids shall be submitted only through e-tender mode in the E-

TENDER PORTAL in the manner specified elsewhere in tender

document. No Manual/ Hard Copy (Original) of offer/bid is

acceptable.

3

In case of Domestic e-Tender,

whether there is sale of Tender

Document ?

Sale of tender document is not applicable. However, Tender fee shall

be applicable in case of open tender.

4 Whether EMD are prerequisite for

qualification of bidder in any tender?

Yes, as applicable as per tender condition specified in ITB of tender

document.

5

Is there any guideline / instructions

how to prepare EMD and Security

Deposit?

Yes, Please refer instructions for participation in E-Tender &ITB

Section of Tender Document.

6

In case of e-tender, whether EMD in

original are to be forwarded to

concerned department of BCPL after

uploading a copy of same in e-tender

portal by the bidder?

Yes, original EMD, copy of which has been uploaded, are to be

forwarded and must be received in BCPL within 7 days from the

date of unpriced bid opening, failing which the bid will be rejected

irrespective of their status in tender and not-with-standing the fact

that a copy of EMD was earlier uploaded by the bidder.

7

If in e-tendering, a bidder has not

uploaded the scanned copy of EMD,

however, he has submitted the EMD

in hard copy within 7days of bid

opening, whether bid will be accepted

or not ?

No

8 Is there any exemption in submission

of EMD and Security Deposit?

(i) Yes, there is exemption in submission of EMD.

As per Government of India, Gazette No. 503 dated 26.03.2012 for

PPP (Public Procurement Policy), Micro and Small Enterprises

(MSEs) registered with District Industries Centres or Khadi and

Village Industries Commission or Khadi and Village Industries

Board or Coir Board or National Small Industries Corporation or

Directorate of Handicrafts and Handloom or any other body specified

by Ministry of MSME (Micro, Small and Medium Enterprises) are

exempted on submission of EMD only for procurement of goods &

services against submission of Valid NSIC Certificate/DIC The

above documents submitted by the bidder shall be duly certified

by the Chartered Accountant (not being an employee or a

Director or not having any interest in the bidder’s company/firm) and Notary Public with Legible stamp. MSEs

those having Udyog Aadhaar Memorandum are also eligible for

availing the benefits under the Public Procurement Policy”.

(ii) There is no exemption in submission of SD (Security Deposit).

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 5 - of 141

SN. QUESTIONS ANSWER

9

Whether PSU (Public Sector

Undertaking) are exempted from

submission of EMD

Yes

10 Whether Late bid can be considered? No

11

Whether Pre-bid Meeting (PBC) is a

part of all tenders to clarify the

doubts, queries, comments, etc. (if

any) pertaining to that tender?

Yes, after floating of tender, bidders are open to participate as per the

Date, Time and Venue specified in Section-I, IFB of Tender

Document to clarify their doubts, queries, comments, etc (if any)

pertaining to that particular tender.

12

Is BEC (Bid Evaluation Criteria /

Bidder’s Eligibility Criteria) a part of

any tender and a prerequisite of

qualification of bidder in any tender?

Yes, Bid Evaluation Criteria/Bidder’s Eligibility Criteria is a part of

tender and a prerequisite of qualification of bidder in any tender.

13

In which mode of bidding/tendering,

BEC (Bid Evaluation Criteria /

Bidder’s Eligibility Criteria) a part of

tender and a prerequisite of

qualification of bidder in any tender?

BEC is included in tenders floated on Open Tender/Limited Tender

basis.

14

Is there any Criteria for formulation of

BEC (Bid Evaluation Criteria /

Bidder’s Eligibility Criteria) which is

incorporated in Tender?

Yes, suitable BEC-technical is formulated which is usually

incorporated in tender to ascertain the experience & BEC-Financial

is also incorporated in tender to ascertain the financial capability of

bidder which is a qualifying criteria of tender depending upon the job

requirement.

15 Whether BEC can be relaxed for any

bidder after opening of Bids?

No relaxation is permitted for inclusion of any bidder (s) who do not

meet the criteria in entirety for reason only to increase the

competition.

16 Whether BEC can be modified after

opening of Bids?

Amendment/ modification/ relaxation of BEC is not permitted after

opening of the bids.

17

In which case mobilization advance is

given and incorporated in payment

term of tender document?

Mobilization advance invariably not allowed in any tender.

Only in exceptional cases (like high value tender with specific reason

and specific job requirement) are allowed but with interest bearing

as per PLR Rate of SBI interest rate of base rate of SBI plus 6.25%.

18 Which Operating System, bidder to

opt for uploading of E-bid in e-Tender

portal of BCPL?

Bidder must possess a PC / Laptop with Windows7 professional

operating system and Internet Explorer 9 or above for hassle free

bidding.

PC Security System to be changed /adjusted as per Ready

reckoner available in home page of e-tender portal

PS: The following documents in addition to uploading in the bid on BCPL’s E-Tendering website

shall also be submitted in Original (in physical form) within 7 (seven) days from the bid due

date provided the scanned copies of the same have been uploaded in E-Tender by the bidder

along with e-bid within the due date and time to the address mentioned in Bid Data Sheet

(BDS):-

i) Demand Draft towards Tender fee (if applicable)

ii) EMD/Bid Security (if applicable)

iii) Power of Attorney

------------------------------------------------------------------------------------------------------

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 6 - of 141

TABLE OF CONTENTS

SECTION-I INVITATION FOR BIDS [IFB]

SECTION-II BID EVALUATION CRITERIA [BEC] & PRICE BID

EVALUATION METHODOLOGY

SECTION-III

INSTRUCTIONS TO BIDDERS [ITB] AND FORMATS (TO BE READ IN CONJUNCTION WITH BIDDING DATA

SHEET (BDS)

SECTION-IV GENERAL CONDITIONS OF CONTRACT [GCC]

SECTION-V SPECIAL CONDITIONS OF CONTRACT [SCC]

SECTION-VI SCOPE OF WORK [SOW]

SECTION-VII

HEALTH, SAFETY

ENVIRONMENT [HSE] SPECIFICATIONS

SECTION-VIII SCHEDULE OF RATES [SOR]

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 7 of 141

SECTION - I

INVITATION FOR BIDS [IFB]

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 8 of 141

SECTION - I

INVITATION FOR BID [IFB]

To, Dt. 03.03.2017

PROSPECTIVE BIDDERS

SUB: SERVICE CONTRACT FOR “HIRING OF SERVICE CONTRACT FOR

OPERATIONAL ASSISTANCE IN CRACKER UNIT (PART-A) & GSU (PART-B)

OF M/S BCPL, LEPETKATA FOR ONE YEAR”

E-Tender NO.: BCPL/C&P/LE16W231OR/00318

Dear Sir/Madam,

1.0 Brahmaputra Cracker and Polymer Limited, Lepetkata (A Government of India Enterprise)

invites bids from eligible bidders for the subject procurement, in complete accordance with

the following details and enclosed Tender Documents.

2.0 The brief details of the tender are as under:

I PERIOD OF CONTRACT/ DELIVERY

SCHEDULE/PERIOD

: Period of Contract for this work will be 12 months,

reckoned from the date as mentioned in the letter of

award.

II TENDER FEE : Rs.1000.00

III EARNEST MONEY DEPOSIT (EMD) : Part-A: Rs.265600.00

Part-B: Rs.85760.00

IV BID DUE DATE & TIME : 23.03.2017 upto 1430 Hrs

V OPENING OF UNPRICED BID : 24.03.2017 at 1500 Hrs.

VI VALIDITY OF OFFER UPTO : 23.06.2017

VII VENUE FOR OPENING OF

UNPRICED BIDS

: Brahmaputra Cracker and Polymer Limited (A

Government of India Enterprise), C&P Department,

Administrative Building, PO: Lepetkata, Dist.:

DIBRUGARH, Assam, Pin Code: 786006, Phone no.

0373 2914636.

VIII MODE OF TENDERING : Open Domestic Competitive Bidding E-tendering

Mode (Under Two Bid System Basis) with uploading

in GAIL’s/BCPL’s Website:

https://www.gailtenders.in;

http://www.bcplonline.co.in; Govt. Website:

https://www.eprocure.gov.in

IX DATE AND TIME OF PRE- BID

CONFERENCE VENUE

: 10.03.2017 at 15.30 hrs.

Brahmaputra Cracker and Polymer Limited, C&P

Department, Administrative Building, PO:

Lepetkata, Dist.: DIBRUGARH, Assam, Pin

Code:786006, Phone no. 0373 2914636.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 9 of 141

In case of the days specified above happens to be a holiday in BCPL, the next working day shall be

implied.

3.0 Bids must be submitted strictly in accordance with Clause No. 11 of ITB depending upon Type of

Tender as mentioned at Clause no. 2.0 (VIII) of IFB. The IFB is an integral and inseparable part of

the bidding document.

4.0 The following documents in addition to uploading in the bid on BCPL’s e-tendering website shall

also be submitted in Original (in physical form) within 7 (seven) days from the bid due date provided

the scanned copies of the same have been uploaded in e-tender by the bidder along with e-bid within

the due date and time to the address mentioned in Bid Data Sheet(BDS):-

i) Demand Draft towards Tender fee (if applicable)

ii) EMD/Bid Security (if applicable)

iii) Power of Attorney

5.0 Bidder(s) are advised to quote strictly as per terms and conditions of the tender documents and not

to stipulate any deviations/exceptions.

6.0 Any bidder, who meets the Bid Evaluation Criteria (BEC)/Bidder’s Eligibility Criteria(BEC) and

wishes to quote against this tender, may download the complete bidding document along with its

amendment(s) if any from GAIL's website/BCPL’s website (http://gailtenders.in;

http://www.bcplonline.co.in or http://tenders.gov.in) and submit their Bid complete in all respect

as per terms & conditions of Tender Document on or before the due date of bid submission.

7.0 Offer(s) received from bidders to whom tender/information regarding tender has been issued as

well as offers received from the bidder(s) by downloading tender document from GAIL’s web

site/BCPL’s website shall be taken into consideration for evaluation & award provided that the

bidders are found responsive.

8.0 Clarification(s)/Corrigendum(s) if any shall also be available on above referred websites.

9.0 All the bidders including those who are not willing to submit their bid are required to submit F-

11 (Acknowledgement cum Consent letter) duly filled within 7 days from receipt of tender

information.

10.0 SAP generated RFQ (if any) shall also form an integral part of the Tender Document.

11.0 BCPL reserves the right to reject any or all the bids received at its discretion without assigning

any reason whatsoever.

A Pre-Bid conference (PBC) is scheduled on 10.03.2017 at 15.30 HOURS in Conference Room of C&P

Department, Administrative Building, PO: Lepetkata, Dist.: DIBRUGARH, Assam, Pin Code:

786006, Phone no. 0373 2914636., to discuss Scope of Work, Terms and Conditions of tender document.

For participation contact Sr. Manager (C&P) / Dy. Manager (C&P), Phone No. 0265 2914636; Email ID:

[email protected]

This is not an Order.

For & on behalf of

Brahmaputra Cracker and Polymer limited

[Olivia Rajkumari]

Dy. Manager [C&P]

Ph: +91-0373-2914636; +91-7399018425

E-mail: [email protected]

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 10 of 141

SECTION-II

BID EVALUATION CRITERIA [BEC]

AND

PRICE BID EVALUATION METHODOLOGY

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 11 of 141

SECTION-II

1. BID EVALUATION CRITERIA [BEC]

A. BID EVALUATION CRITERIA (BEC):

A.1 BEC- Technical: (as a single bidder)

A.1.1 Bidder must have executed & completed at least one (01) single contract for

Providing Operational Assistance in process areas in Petrochemical/

Fertilizers/Petroleum Refinery/ Natural Gas Processing Units having value

not less than value as shown in the Table-1 given below in previous seven (07)

years to be reckoned from the due date of unpriced bid opening.

Table-1

Brief Description Part-A Part-B

Minimum executed & completed value

of work in one Single Work Order

Rs.66.41 Lakhs Rs.21.44 Lakhs

A.1.2 For similar contract as mentioned in Cl. No. A.1.1 which is still running and

the contract VALUE executed till one day prior to due date of bid submission

is equal to or more than the minimum prescribed VALUE mentioned in the BEC

above at Table-1 of Cl. No. A.1.1, such experience will also be taken into

consideration provided that the bidder has submitted satisfactory work

execution certificate issued by the end user / owner / authorized consultant of

the owner.

N.B.: (i) Bidder(s) can quote for ONE or more than ONE PART. However, in

case a bidder quote more than ONE PART, the requirement of minimum

qualifying VALUE completed/executed in One SINGLE Work order will be

on cumulative basis and in such case the Bidder is required to submit EMD on

cumulative basis.

(ii) Bidder’s shall be required to submit documents as per details at A.3

below.

A.2 BEC- Financial: (as a single bidder)

A.2.1 TURN OVER: The annual turnover of the bidder must have minimum value

as shown in Table-2 belowin any of the three (03) previous audited financial

years ending on 31st March’2016. i.e. FY: 2015-2016, 2014-2015 & 2013-

2014.

Table-2

Brief Description Part-A Part-B

Minimum value of Turnover Rs.66.41 Lakhs Rs.21.44 Lakhs

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 12 of 141

A.2.2 NET WORTH: Net Worth of the bidder should be positive (Table-3) as per the

last audited financial statement. i.e. FY: 2015-2016.

Table-3

Brief Description Part-A Part-B

Net Worth of Bidder Positive Positive

A.2.3 WORKING CAPITAL: The bidder should have minimum working capital of

valueas given in Table-4as per the last audited financial statement for the

year. i.e. FY: 2015-2016.

Table-4

Brief Description Part-A Part-B

Minimum value of Working Capital Rs.13.28 Lakhs Rs.42.88 Lakhs

Note:

i) In case bidder quotes for more than ONE PART, the requirement

criteria for Annual Turnover and Working Capital shall be on

cumulative basis and NET WORTH shall be POSITIVE.

ii) If the bidder’s working capital is inadequate, the bidder should

supplement this with a letter from the bidder’s bank as per Format, F-

15, having net worth not less than Rs. 100 Crores, confirming the

availability of the line of credit at least for the working capital

requirement as stated above.

iii) Bidder has to compulsorily submit the audited financial results for the

immediate 3 preceding financial years. i.e. FY: 2015-2016, 2014-2015

& 2013-2014.

A.3 Documents/Documentary Evidence required to be uploaded (submitted) in e-

tender portal of BCPL by bidder along with the other bid documents for

qualifying the BEC mentioned at sl. no. A.1 & A.2:

The bidder must clearly indicate, the Part /Parts they have quoted for, in their

bid. The bidder is required to quote for all SOR items of the Part/ Parts.

Sr.

No.

BEC

Clause

no.

Description

Documents required along with Unpriced bid for qualifying

BEC (Bidder’s Eligibility Criterion)

A.1

Technical Experience C riteria – Document

[All documents to be uploaded (submitted )must be Certified/attested by both

Chartered Engineer and Notarized by Notary Public with legible stamp]

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 13 of 141

Sr.

No.

BEC

Clause

no.

Description

Documents required along with Unpriced bid for qualifying

BEC (Bidder’s Eligibility Criterion)

1. A.1.1

Experience

against

execution &

completion of

order

a) Bidder must upload (submit) the Copy of Work Order/LOA

for the work which has been executed and completed

towards “Providing Operational Assistance in process

areas in Petrochemical/ Fertilizers/Petroleum Refinery/

Natural Gas Processing Units” along with the details of

SOR items & scope of work.

b) Completion Certificate against the Work Order/ LOA

uploaded (submitted) as mentioned at point “a)” above.

The Completion Certificate must contain the detailed

information like LOA/Order No. with date, Brief Scope of

work / Name of work, Order value, Total Executed value,

Scheduled date of Work completion and Actual Date of

Work completion etc. The Completion certificate should

have been issued by the end-user/owner (or their

consultant who has been duly authorized by them to issue

such certificate).

2 A.1.2

Experience

against

execution of

running Rate

/

Maintenance

Contract

a) Bidder must upload (submit) the Copy of detailed Work

Order/LOA for executing the Contract which is still

running for “Providing Operational Assistance in process

areas in Petrochemical/ Fertilizers/Petroleum Refinery/

Natural Gas Processing Units” along with the details of

SOR items & scope of work.

b) Execution Certificate against the Copy of detailed Work

Order/LOA for executing the Contract as mentioned at

point “a)” above clearly mentioning the executed VALUE

till one day prior to due date of bid submission which must

be equal to or more than the minimum prescribed value

mentioned in the BEC at table – 1 of sl. no. A.1.1 above.

The execution certificate must contain the detailed

information like LOA/Order No. with date, Brief Scope of

work / Name of work, Order value, Total executed value,

etc. The Execution Certificate should have been issued by

the end-user/owner (or their consultant who has been duly

authorized by them to issue such certificate).

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 14 of 141

Sr.

No.

BEC

Clause

no.

Description

Documents required along with Unpriced bid for qualifying

BEC (Bidder’s Eligibility Criterion)

A.2

Financial Experience Criteria- Document

[All audited financial statements/documents (balance sheet and profit & loss

account statement under A.2.1, A.2.2 & A.2.3 of above BEC) to be uploaded

(submitted) must be duly Certified/attested by Notary public with legible

stamp]

3 A.2.1 Annual Turn-

over

Bidder(s) shall upload (submit) copy of audited financial

statement Balance sheet and Profit & Loss account statement

of the preceding three (3) Financial Year(s), i.e. FY: 2015-

2016, 2014-2015 & 2013-2014.

4 A.2.2 Net worth

Bidder(s) shall upload (submit) copy of audited financial

statement Balance sheet and Profit & Loss account statement

of last audited Financial Year, i.e. FY: 2015-16.

5 A.2.3 Working

capital

Bidder(s) shall upload (submit) copy of audited financial

statement Balance sheet and Profit & Loss account statement

for the last audited Financial Year, i.e. FY: 2015-16.

In case Bidder’s working capital is inadequate, the bidder

shall supplement this with a letter (as perFormat, F-15) from

the Bidder’s bank having net worth not less than Rs. 100

Crore, confirming the availability of the line of credit

covering the inadequacy to meet the working capital

requirement.

6 Format, F-

16

"Details of financial capability of bidder” shall be uploaded

(submitted) in the prescribed Format, F-16 (of tender

document) duly signed and stamped by a Chartered

Accountant only.

Note to above Bidder’s Eligibility Criteria (Serial no. A of BEC):

(i) A job executed by a bidder for its own plant/projects cannot be considered as

experience for the purpose of meeting the requirement of BEC of this tender.

However, jobs executed for Subsidiary/Fellow subsidiary/Holding Company

will be considered as experience for the purpose of meeting BEC subject to

submission of tax paid invoice (s) duly certified by Statutory Auditor /Chartered

Accountant of the bidder towards payments of statutory tax in support of the job

executed for Subsidiary / Fellow subsidiary / Holding company. Such bidders

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 15 of 141

to submit these documents in addition to the documents specified in the bidding

document to meet BEC.

(ii) However, Bids of Joint Venture/ Consortium and sub-contractors are not

acceptable.

B. Methodology for Evaluation of Bids:

B.1 Bidder can quote for any one Part or more than one Part or for all Part(s). The

bidder should clearly indicate the Part(s) against which they are submitting

their Bid by specifying in their covering letter as well as marking in Blank

SOR with ‘Quoted/ Not quoted’. Bidders shall submit EMD amount

accordingly (on cumulative basis, if quoting for more than one Part). Part(s)

for which EMD is not submitted shall not be considered for evaluation.

B.2 Bidder shall quote for each Part as an independent job. For the purpose of

evaluation of bid and arriving at the L1 bidder, the total value of SOR for each

Part shall be considered excluding taxes.

B.3 If a bidder happens to be Lowest in more than one Part(s) but has qualified only

for one or more than one of the Part(s) and not all the quoted Part(s), award of

Contract will be based on “Least Cost to BCPL” basis, Part wise, as the case

may be. Once certain Part(s) are awarded to such L1 bidder (On Least Cost to

BCPL basis), the bidder ceases to be lowest bidder for the remaining Part(s).

The award of remaining Part (s) on other bidders should not be considered as

award on L2, L3…bidder. BCPL’s decision in this regard shall be final and

binding on the bidder.

B.4 Bidder not meeting any of the above mentioned criteria shall be rejected without

assigning any reason whatsoever.

B.5 CPBG: The following CPBG clause shall be incorporated in tender

document,

The contract performance security shall be 7.5% of Basic Contract Value

(without taxes & duties therein) towards faithful performance of the contractual

obligations and must be valid for 3 months beyond the contract period. For the

purpose of Contract Performance Security, Contract/order value shall be

exclusive of taxes and duties as per ITB of tender document.

B.6 PPP Policy 2012

Considering the nature of job, splitting of quantities will not be possible in this

case and hence the clause for award of 20 % of ordered quantity to MSE as per

PPP 2012 is not possible. Therefore, MSE quoting price within price band L1

(other than MSE) + 15%, may be awarded for full/ complete services of tendered

value subject to matching of L1 price as per ITB of tender document.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 16 of 141

NOTE TO "BID EVALUATION CRITERIA [BEC]"

[FOR STRICT COMPLIANCE]

[I] BIDDERS MUST FURNISH ALL RELEVANT

CERTIFICATES/DOCUMENTS/INFORMATION IN SUPPORT OF

THEIR CREDENTIALS TO THE ABOVE "ELIGIBILITY CRITERIA"

ALONGWITH THE 'OFFER', FAILING WHICH THE 'OFFER' MAY BE

REJECTED SUMMARILY.

[II] BIDDERS NOT MEETING ANY OF THE ABOVE- MENTIONED

CRITERIA SHALL BE REJECTED WITHOUT ASSIGNING ANY

REASON.

……………………………………………………………….

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 17 of 141

SECTION-III

INSTRUCTION TO BIDDERS [ITB] (TO BE READ IN CONJUNCTION WITH

BIDDING DATA SHEET (BDS)

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 18 of 141

SECTION-III

INSTRUCTION TO BIDDERS

INDEX

[A] GENERAL:

1. SCOPE OF BID

2. ELIGIBLE BIDDERS

3. BIDS FROMJOINT VENTURE / CONSORTIUM

4. ONE BID PER BIDDER

5. COST OF BIDDING & TENDER FEE

6. SITE-VISIT

[B] BIDDING DOCUMENTS:

7. CONTENTS OF BIDDING DOCUMENTS

8. CLARIFICATION OF BIDDING DOCUMENTS

9. AMENDMENT OF BIDDING DOCUMENTS

[C] PREPARATION OF BIDS:

10. LANGUAGE OF BID

11. DOCUMENTS COMPRISING THE BID

12. SCHEDULE OF RATES / BID PRICES

13. TAXES & DUTIES

14. BID CURRENCIES

15. BID VALIDITY

16. EARNEST MONEY / BID SECURITY

17. PRE-BID MEETING

18. FORMAT AND SIGNING OF BID

19. ZERO DEVIATION & REJECTION CRITERIA

20. E-PAYMENT

[D] SUBMISSION OF BIDS:

21. SUBMISSION,SEALING AND MARKING OF BIDS

22. DEADLINE FOR SUBMISSION OF BIDS

23. LATE BIDS

24. MODIFICATION AND WITHDRAWAL OF BIDS

25. EMPLOYER'S RIGHT TO ACCEPT ANY BID AND TO REJECT

ANY OR ALL BIDS

[E] BID OPENING AND EVALUATION:

26. BID OPENING

27. CONFIDENTIALITY

28. CONTACTING THE EMPLOYER

29. EXAMINATION OF BIDS AND DETERMINATION OF

RESPONSIVENESS

30. CORRECTION OF ERRORS

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 19 of 141

31. CONVERSION TO SINGLE CURRENCY FOR COMPARISON

OF BIDS

32. EVALUATION AND COMPARISON OF BIDS

[PRICE BID EVALUATION METHODOLOGY]

33. COMPENSATION FOR EXTENDED STAY

34. PURCHASE PREFERENCE

[F] AWARD OF CONTRACT:

35. AWARD

36. NOTIFICATION OF AWARD / FAX OF ACCEPTANCE [FOA]

37. SIGNING OF AGREEMENT

38. CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT

39. PROCEDURE FOR ACTION IN CASE

CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE

PRACTICES

40. PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL

ENTERPRISE

41. AHR ITEMS

42. VENDOR PERFORMANCE EVALUATION PROCEDURE

43. INCOME TAX & CORPORATE TAX

44. SETTLEMENT OF DISPUTES BETWEEN GOVERNMENT

DEPARTMENT AND ANOTHER AND ONE GOVERNMENT

DEPARTMENT AND PUBLIC ENTERPRISE AND ONE

PUBLIC ENTERPRISE AND ANOTHER

45. DISPUTE RESOLUTION

46. BILLING SYSTEM

47. TRANSPARENCY

48. SALE OF BID DOCUMENTS

49. SUBLETTING & ASSIGNMENT

50. DIRECT PAYMENTS TO SUB-VENDORS / SUPPORTING

AGENCIES OF MAIN CONTRACTOR

51. CHECK MEASUREMENT

[G] ANNEXURES:

1. ANNEXURE-I: PROCEDURE FOR ACTION IN CASE

CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE

PRACTICES

2. ANNEXURE-II: VENDOR PERFORMANCE EVALUATION

PROCEDURE

3. ANNEXURE-III: ADDENDUM TO INSTRUCTIONS TO

BIDDERS (INSTRUCTION FOR PARTICIPATION IN E-

TENDER)

4. ANNEXURE-IV: BIDDING DATA SHEET (BDS)

[H] FORMS & FORMATS

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 20 of 141

SECTION-III

INSTRUCTIONS TO BIDDERS [ITB]

[TO BE READ IN CONJUNCTION WITH BIDDING DATA SHEET (BDS)]

[A] – GENERAL

1. SCOPE OF BID

1.1. The Employer/ Owner/ BCPL as defined in the "General Conditions of Contract

[GCC]", wishes to receive Bids as described in the Bidding Document/Tender

document issued by Employer/Owner/BCPL.

1.2. SCOPE OF BID: The scope of Supply shall be as defined in the Bidding documents.

1.3. The successful bidder will be expected to complete the scope of Bid within the period

stated in Special Conditions of Contract.

1.4. Throughout the Bidding Documents, the terms 'Bid', 'Tender' & ‘Offer’ and their

derivatives [Bidder/Tenderer, Bid/Tender/Offer etc.] are synonymous. Further, 'Day'

means 'Calendar Day' and 'Singular' also means 'Plural'.

2. ELIGIBLE BIDDERS

2.1. The Bidder shall not be under a declaration of ineligibility by Employer for Corrupt/

Fraudulent/ Collusive/ Coercive practices, as defined in "Instructions to Bidders [ITB],

Clause No. 39” (Action in case Corrupt/ Fraudulent/ Collusive/ Coercive Practices).

2.2. The Bidder is not put on ‘Holiday’ by GAIL/BCPL or Public Sector Project

Management Consultant (like EIL, Mecon only due to “poor performance” or “corrupt

and fraudulent practices”) or banned/blacklisted by Government department/ Public

Sector on due date of submission of bid. Further, neither bidder nor their allied

agency/(ies) (as defined in the Procedure for Action in case of Corrupt/ Fraudulent/

Collusive/ Coercive Practices) are on banning list of GAIL/BCPL or the Ministry of

Petroleum and Natural Gas.

If the bidding documents were issued inadvertently/ downloaded from website, offers

submitted by such bidders shall not be considered for opening/ evaluation/Award and

will be returned immediately to such bidders.

In case there is any change in status of the declaration prior to award of contract, the

same has to be promptly informed to BCPL by the bidder.

It shall be the sole responsibility of the bidder to inform BCPL in case the bidder is put

on ‘Holiday’ by GAIL/BCPL or Public Sector Project Management Consultant (like

EIL, Mecon. only due to “poor performance” or “corrupt and fraudulent practices”) or

banned/blacklisted by Government department/ Public Sector on due date of

submission of bid and during the course of finalization of the tender. Concealment of

the facts shall tantamount to misrepresentation of facts and shall lead to action against

such Bidders as per clause 39 of ITB.

2.3. The Bidder should not be under any liquidation court receivership or similar

proceedings on due date of submission of bid.

In case there is any change in status of the declaration prior to award of contract, the

same has to be promptly informed to BCPL by the bidder.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 21 of 141

2.4. It shall be the sole responsibility of the bidder to inform BCPL in case the bidder is

under any liquidation, court receivership or similar proceedings on due date of

submission of bid and during the course of finalization of the tender. Concealment of

the facts shall tantamount to misrepresentation of facts and shall lead to action against

such Bidders as per clause no.39 of ITB.

2.5. Bidder shall not be affiliated with a firm or entity:

(i) that has provided consulting services related to the Procurement to the Employer

during the preparatory stages of the Procurement or of the project of which the

Supply forms a part of or

(ii) that has been hired (proposed to be hired) by the Employer as an Engineer/

Consultant for the contract.

2.6. Neither the firm/entity appointed as the Project Management Consultant (PMC) for a

contract nor its affiliates/ JV’S/ Subsidiaries shall be allowed to participate in the

tendering process unless it is the sole Licensor/Licensor nominated agent/ vendor.

2.7. Pursuant to qualification criteria set forth in the bidding document, the Bidder shall

furnish all necessary supporting documentary evidence to establish Bidder’s claim of

meeting qualification criteria.

2.8. SUB-VENDOR/CONTRACTOR: Regarding consideration of experience

acquired by a bidder as a sub-contractor for meeting the experience criteria of BEC

in tender: NOT ACCEPTABLE.

2.9. No firm can be a sub-Contractor while submitting a bid individually in the same

bidding process.

3. BIDS FROM "JOINT VENTURE"/"CONSORTIUM"- [FOR APPLICABILITY

OF THIS CLAUSE REFER BIDDING DATA SHEET (BDS)]– NOT APPLICABLE

FOR THIS TENDER

4. ONE BID PER BIDDER

4.1. A Firm/Bidder shall submit only 'one [01] Bid' in the same Bidding Process

individually as a Bidder. A Bidder who submits or participates in more than 'one [01]

Bid' will cause all the proposals in which the Bidder has participated to be disqualified.

4.2. Alternative Bids shall not be considered.

5. COST OF BIDDING & TENDER FEE

5.1. COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and submission of the

Bid including but not limited to Bank charges all courier charges including taxes

&duties etc. incurred thereof. Further, BCPL will in no case, be responsible or liable

for these costs, regardless of the outcome of the bidding process.

5.2. TENDER FEE- Rs.1000.00 (Rupees One Thousand only)

5.2.1. Tender Fee, if applicable, will be acceptable in the form of ‘crossed payee

accounts only’ Demand Draft/ Banker’s Cheque payable to BCPL. The Tender

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 22 of 141

Fee is to be submitted along with the bid. Offers sent without payment of

requisite Tender Fee will be ignored straightaway.

5.3. SMEs (Small & Micro Enterprises) are exempted from submission of Tender

Fee in accordance with the provisions of Public Procurement Policy for MSE-

2012 and Clause 40 of ITB. The Government Departments/PSUs are also

exempted from the payment of tender fee.

5.4. In the event of a particular tender being cancelled, the tender fee will be refunded

to the concerned bidders without any interest charges. No plea in this regard

shall be entertained by the Owner.

6. SITE VISIT

6.1. The Bidder is advised to visit and examine the site of works and its surroundings

and obtain for itself on its own responsibility all information that may be

necessary for preparing the Bid and entering into a Contract for the required job.

The costs of visiting the site shall be borne by the Bidder.

6.2. The Bidder or any of its personnel or agents shall be granted permission by the

Employer to enter upon its premises and land for the purpose of such visits, but

only upon the express conditions that the Bidder, its personnel and agents will

release and indemnify the Employer and its personnel, agents from and against

all liabilities in respect thereof, and will be responsible for death or injury, loss

or damage to property, and any other loss, damage, costs, and expenses incurred

as a result of inspection.

6.3. The Bidder shall not be entitled to hold any claim against BCPL for

noncompliance due to lack of any kind of pre-requisite information as it is the

sole responsibility of the Bidder to obtain all the necessary information with

regard to site, surrounding, working conditions, weather etc. on its own before

submission of the bid.

_______________________________________________________________

[B] – BIDDING DOCUMENTS

7. CONTENTS OF BIDDING DOCUMENTS

7.1. The contents of Bidding Documents / Tender Documents are those stated below, and

should be read in conjunction with any 'Addendum / Corrigendum' issued in accordance

with "ITB: Clause-9":

Section-I : Invitation for Bid [IFB]

Section-II : BID EVALUATION CRITERIA [BEC] & Price Evaluation

Methodology

Section-III : Instructions to Bidders [ITB]

Annexure

Forms & Format

Section-IV : General Conditions of Contract [GCC]

Section-V : Special Conditions of Contract [SCC]

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 23 of 141

Section-VI : Scope of Work[SOW]

Section-VII : Health, Safety and Environment [HSE] Specifications

Section-VIII : Schedule of Rates

*Request for Quotation’, wherever applicable, shall also form part of the Bidding

Document.

7.2. The Bidder is expected to examine all instructions, forms, terms & conditions in the

Bidding Documents. The "Request for Quotation [RFQ] & Invitation for Bid (IFB)"

together with all its attachments thereto, shall be considered to be read, understood and

accepted by the Bidders. Failure to furnish all information required by the Bidding

Documents or submission of a Bid not substantially responsive to the Bidding

Documents in every respect will be at Bidder's risk and may result in the rejection of

his Bid.

8. CLARIFICATION OF BIDDING DOCUMENTS

8.1. A prospective Bidder requiring any clarification(s) of the Bidding Documents may

notify BCPL in writing or by fax or email at BCPL's mailing address indicated in the

BDS no later than 02 (two) days prior to pre-bid meeting (in cases where pre-bid

meeting is scheduled) or 05 (five) days prior to the bid closing date in cases where

pre-bid meeting is not held. BCPL reserves the right to ignore the bidders request for

clarification if received after the aforesaid period. BCPL may respond in writing to the

request for clarification. BCPL's response including an explanation of the query, but

without identifying the source of the query will be uploaded on GAIL’s/BCPL’s

tendering web site [http://gailtenders.in; http://www.bcplonline.co.in and Government

Website] / communicated to prospective bidders by e-mail/ fax.

8.2. Any clarification or information required by the Bidder but same not received by the

Employer at clause 8.1 (refer BDS for address) above is liable to be considered as "no

clarification / information required".

9. AMENDMENT OF BIDDING DOCUMENTS

9.1. At any time prior to the 'Bid Due Date', Owner may, for any reason, whether at its own

initiative or in response to a clarification requested by a prospective Bidder, modify the

Bidding Documents by addenda/ corrigendum.

9.2. Any addendum/ corrigendum thus issued shall be part of the Bidding Documents and

may be hosted on GAIL’s/BCPL’s website [http://gailtenders.in;

http://www.bcplonline.co.in and Government Website] /communicated to prospective

bidders by e-mail/ fax. Bidders have to take into account all such addendum/

corrigendum before submitting their bid.

9.3. The Employer, if consider necessary, may extend the date of submissions of Bid in

order to allow the Bidders a reasonable time to furnish their most competitive bid taking

into account the amendment issued thereof.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 24 of 141

[C] – PREPARATION OF BIDS

10. LANGUAGE OF BID:

The bid prepared by the bidder and all correspondence/drawings and documents

relating to the bid exchanged by the Bidder and BCPL shall be written in English

language alone.

11. DOCUMENTS COMPRISING THE BID

11.1. Bids are invited under e-tendering Two Bid system. Bidders are requested to refer

instructions for participating in E-Tendering enclosed herewith as Annexure-III

and the ready reckoner for bidders available in https://etender.gail.co.in. Bids

submitted manually shall be rejected, the bids must be submitted on

BCPL’s E-tendering website as follows:-

The Bid prepared by the Bidder shall comprise the following components in 2 different

folders:

11.1.1. FOLDER-I: "TECHNO-COMMERCIAL / UN-PRICED BID" shall contain the

following:

(a) 'Covering Letter' on Bidder's 'Letterhead' clearly specifying the enclosed

contents and Earnest Money Deposit (EMD).

(b) 'Bidder's General Information', as per 'Form F-1'.

(c) 'Bid Form', as per 'Form F-2'

(d) Copies of documents, as required in 'Form F-3'

(e) As a confirmation that the prices are quoted in requisite format complying with

the requirements copy of Schedule of Rate (SOR: Part – I) with prices blanked

out mentioning quoted / not quoted (as applicable) written against each item.

(f) 'Letter of Authority’ on the Letter Head, as per 'Form F-5'

(g) 'No Deviation Confirmation', as per 'Form F-6'

(h) 'Bidder's Declaration regarding Bankruptcy’, in 'Form F-7'

(i) 'Certificate for Non-Involvement of Government of India ' from Bidder, as per

'Form F-8'

(j) 'Agreed Terms and Conditions', as per 'Form F-10'

(k) 'ACKNOWLEDGEMENT CUM CONSENT LETTER', as per 'Form F-11'

(l) Duly attested documents in accordance with the "BID EVALUATION

CRITERIA [BEC]" establishing the qualification.

(m) Undertaking on the Letter head, as per the Form F-12.

(n) Power of Attorney for authorized signatory in non-judicial stamp paper/copy of

Board Resolution, the authorized signatory shall be signing the bid and any

consequence resulting due to such signing shall be binding on the bidder.

(o) Any other information/details required as per Bidding Document

(p) All forms and Formats including Annexures.

(q) Tender Document duly signed/ digitally signed by the Authorized Signatory.

(r) Additional document specified in Bidding Data Sheet (BDS).

(s) Copy of EMD/Bid Bond *

(t) Tender fee (wherever applicable) and

(u) Copy of Power of Attorney

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 25 of 141

Note: All the pages of the Bid must be signed by the "Authorized Signatory" of the

Bidder.

However, bidders must submit the original "Bid Security / EMD & tender fee (if

applicable), Power of Attorney and any other documents specified in the bidding

documents to address mentioned in IFB, in a sealed envelope, super scribing the

Tender details & number within 7 days from the date of un-priced bid opening.

*The Original Bid Security/ EMD, copy of which has been uploaded, must

be received within 7 days from the date of un-priced bid opening, failing

which the bid will be rejected notwithstanding the fact that a copy of EMD/

Bid Security was earlier uploaded by the bidder. In the event bidder fails to

upload a copy of the same EMD/ Bid Security in his e-bid and hard copy of

same has also not been received as on the date & time of bid submission, the

bid shall be summarily rejected. All pages of the Bid must be digitally signed

by the "authorized signatory" of the Bidder. Refer Annexure-I for E-

tendering. In e-tenders, bids need to be digitally signed by the person

holding power of attorney.

11.1.2. FOLDER-II: Price Bid

i) The Prices are to be filled strictly in the Schedule of Rate (SOR: Part – II) of

the bidding documents. BCPL shall not be responsible for any failure on the

part of the bidder to follow the instructions.

ii) Bidders are advised NOT to mention Rebate/Discount separately, either in the

SOR format or anywhere else in the offer. In case Bidder(s) intend to offer any

Rebate/Discount, they should include the same in the item rate(s) itself under

the “Schedule of Rates (SOR)” and indicate the discounted unit rate(s) only.

iii) If any unconditional rebate has been offered in the quoted rate the same shall

be considered in arriving at evaluated price. However no cognizance shall be

taken for any conditional discount for the purpose of evaluation of the bids.

iv) In case, it is observed that any of the bidder(s) has/have offered suo-moto

Discount/Rebate after opening of unpriced bid but before opening of price bids

such discount /rebate(s) shall not be considered for evaluation. However, in the

event of the bidder emerging as the lowest evaluated bidder without considering

the discount/rebate(s), then such discount/rebate(s) offered by the bidder shall

be considered for Award of Work and the same will be conclusive and binding

on the bidder.

v) In the event as a result of techno-commercial discussions or pursuant to seeking

clarifications / confirmations from bidders, while evaluating the un-priced part

of the bid, any of the bidders submits a sealed envelope stating that it contains

revised prices; such bidder(s) will be requested to withdraw the revised prices

failing which the bid will not be considered for further evaluation.

vi) In case any bidder does not quote for any item(s) of “Schedule of Rates” and

the estimated price impact is more than 10% of the quoted price, then the bid

will be rejected. If such price impact of unquoted items is 10% or less of his

quoted price, then the unquoted item(s) shall be loaded highest of the price

quoted by the other bidders. If such bidder happens to be lowest evaluated

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 26 of 141

bidder, price of unquoted items shall be considered as included in the quoted

bid price.

Note: Provision mentioned at para 11.1.2 hereinabove and to be uploaded in SOR

attachment/Conditions of E-tendering portal.

12. SCHEDULE OF RATES / BID PRICES

12.1. Unless stated otherwise in the Bidding Documents, the Contract shall be for the whole

works as described in Bidding Documents, based on the rates and prices submitted by

the Bidder and accepted by the Employer. The prices quoted by the Bidders will be

inclusive of all taxes & duties and exclusive of service tax.

12.2. Prices must be filled in format for "Schedule of Rates [SOR]" enclosed as part of

Tender document. If quoted in separate typed sheets and any variation in item

description, unit or quantity is noticed; the Bid is liable to be rejected.

12.3. Bidder shall quote for all the items of "SOR" after careful analysis of cost involved for

the performance of the completed item considering all parts of the Bidding Document.

In case any activity though specifically not covered in description of item under "SOR"

but is required to complete the works as per Specifications, Scope of Work / Service,

Standards, "GCC", "SCC" or any other part of Bidding Document, the prices quoted

shall deemed to be inclusive of cost incurred for such activity.

12.4. All duties, taxes [except Service Tax and Swachh Bharat cess (non cenvatable)] and

other levies [if any] payable by the Contractor under the Contract, or for any other

cause, shall be included in the rates / prices and the total bid-price submitted by the

Bidder. Applicable rate of service tax shall be indicated in Agreed Terms & Conditions

(Format-F10).

12.5. Prices quoted by the Bidder, shall remain firm and fixed and valid until completion of

the Contract and will not be subject to variation on any account. Any new taxes &

Duties, if imposed by the State/ Govt. of India after the last date of bid submission but

before the Contract Completion Date, shall be reimbursed to the contractor on

submission of documentary evidence for proof of payment to State/ Govt. Authorities

and after ascertaining it’s applicability with respect to the contract.

12.6. The Bidder shall quote the prices in 'figures' & words. There should not be any

discrepancy between the prices indicated in figures and the price indicated in words. In

case of any discrepancy, the same shall be dealt as per clause no. 30 of ITB.

13. SERVICE TAX

13.1. Bidders are required to submit a notarized copy of the Service Tax Registration

Certificate while submitting the bids wherever service tax is applicable.

13.2. Quoted prices should be inclusive of all taxes and duties, except Service Tax and

Swachh Bharat cess (non cenvatable).Please note that the responsibility of payment of

Service Tax lies with the Service Provider only. Contractor providing taxable service

shall issue an Invoice, a Bill or as the case may be, a Challan which is signed, serially

numbered and in accordance with rule 4A of service tax rules, 1994. The invoice shall

also contain the following:

(a) Name, Address & Registration No. of such Person/Contractor

(b) Name & Address of the Person/Contractor receiving Taxable Service

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 27 of 141

(c) Description, Classification & Value of Taxable Service provided

(d) Service Tax Amount, if any.

Payments to Service Provider for claiming Service Tax amount will be made provided

the above formalities are fulfilled. Further, BCPL may seek copies of challan and

certificate from Chartered Accountant for deposit of Service Tax collected from

Owner.

13.3. In case CBEC (Central Board of Excise and Customs) brings to the notice of BCPL

that the contractor has not remitted the amount towards service tax collected from

BCPL to the government exchequer, then, that contractor shall be put under Holiday

list of BCPL for period of six months as mentioned in Procedure for Evaluation of

Performance of Vendors/ Suppliers/Contractors/ Consultants.

13.4. In case of statutory variation in Service Tax during currency of the Contract, the

Contractor shall submit a copy of the 'Government Notification' to evidence the rate as

applicable on the date of submission of Bid and on the date of revision. Claim for

payment of Service Tax / Statutory variation in Service Tax, should be raised within

two [02] months from the date of issue of 'Government Notification' for payment of

differential (in %) Service Tax, otherwise claim in respect of above shall not be

entertained for payment of arrears. The Bidder shall submit Service Tax Registration

Certificate along with their Bid. The following may also be noted:-

a) Any increase in the rate of non-cenvatable service tax beyond the contractual

completion period shall be to contractor’s account whereas any decrease in the

rate of service tax shall be passed on to the Employer.

b) The base date for the purpose of applying statutory variation shall be the bid

closing date.

13.5. SERVICE TAX IN CASE OF WORKS CONTRACT

13.5.1. While quoting against the tender, bidder shall have the option to decide on the method

of valuation prescribed under the service tax rules, i.e. either on actual service portion

or deemed service portion.

13.5.2. Wherever Service Tax is to be paid on actual service portion, the bidder(s) shall indicate

the value for service portion on which the Service Tax is applicable. Wherever Service

Tax is to be paid on deemed service portion as per percentage prescribed, the bidder(s)

shall indicate the percentage of the gross works contract value on which Service Tax is

applicable.

13.5.3. Wherever the bidder opts for paying Service Tax on deemed service portion, the gross

works contract value for the purpose of payment of service tax shall mean the sum total

of the gross amount charged for the works contract and the fair market value of all

goods and services supplied in or in relation to the execution of the works contract,

whether or not supplied under the same contract or any other contract. The fair market

value of Free Issue Material (FIM) and services, wherever applicable, to be mentioned

in the Bidding Documents

13.5.4. Bidders shall quote prices inclusive of all taxes and duties excluding service tax.

In other words, the amount of service tax shall not be included by the bidders in

their quoted price. However, bidders will indicate the details of applicable service

tax as mentioned above along with the break-up of the service tax payable by him

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 28 of 141

and service tax payable by Owner/ BCPL as service recipient, if applicable, as per

the reverse charge rule of service tax in Form F-10 ‘Agreed terms & conditions’.

13.5.5. This is clearly stipulated that in case a bidder does not provide any of the above

requisite information, his bid will be evaluated with highest applicable rate of

service tax on total value of works contract.

13.6. Where the BCPL is entitled to avail the cenvat credit of service tax:-

13.6.1. Owner/BCPL will reimburse the service tax to the Contractor at actuals against

submission of cenvatable invoices issued in accordance with service tax Rules to enable

Owner/BCPL to claim cenvat credit of service tax paid. In case of any variation in the

executed quantities, the amount on which the Service Tax is applicable shall be

modified in same proportion. Swachh Bharat cess (non cenvatable) shall be paid against

documentary evidence.

13.6.2. The benefit of Cenvat credit of service tax quoted shall be considered for evaluation of

bids.

13.7. Where the BCPL is not entitled to avail/take the cenvat credit of service tax:

13.7.1. Owner/BCPL will reimburse the service tax and Swachh Bharat cess (non cenvatable)

to the Contractor at actuals against documentary evidence subject to the ceiling amount

of Service Tax as quoted by the bidder, subject to any statutory variations. In case of

any variation in the executed quantities (If directed and/or certified by the Engineer-In-

Charge) the ceiling amount on which service tax is applicable will be modified on pro-

rata basis.

13.7.2. The bids will be evaluated based on total price including applicable service tax.

13.8. In case of non-corporate entities, bidder is required to pay certain portion of applicable

service tax and remaining portion shall be deposited by BCPL directly as per service

tax act. However in SOR, entire applicable rate/amount of service tax to be indicated

by bidder.

13.9. Contractor shall ensure timely submission of correct invoice(s) with all required

supporting document(s) within a period specified in Contracts/ LOA to enable BCPL

to avail CENVAT credit.

If CENVAT credit with respect to service tax is not available to BCPL for any reason

which isnot attributable to BCPL, then BCPL shall not be obligated or liable to pay or

reimburse service tax charged in the invoice(s) and shall be entitled to / deduct/ setoff

/recover the such service tax together with all penalties and interest if any, against any

amounts paid or payable by BCPL to Contractor.

13.10. Where BCPL has the obligation to discharge service tax liability under reverse charge

mechanism and BCPL has paid or is /liable to pay service tax to the Government on

which interest or penalties becomes payable as per Point of Taxation Rules, 2011 for

any reason which is not attributable to BCPL or CENVAT credit with respect to such

payments is not available to BCPL for any reason which is not attributable to BCPL,

then BCPL shall be entitled to deduct/ setoff / recover such amounts against any

amounts paid or payable by BCPL to Contractor.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 29 of 141

13.11. Tax Deducted at Source [TDS]

i) BCPL will release the payment to the bidder after effecting deductions (if any) as per

applicable Government of India law in force.

ii) BCPL will release payments to the bidderafter offsetting all dues payable to BCPL by

the bidder under the Contract (detailed Order / letter of award).

13.12. Income Tax

'Income Tax' deductions shall be made from all payments to the bidder as per rules and

regulations in force in accordance with the "Income Tax Act" prevailing from time to

time. However, bidder shall be entitled to get the "TDS Certificate" for the amount so

deducted in the format prescribed by the 'Income Tax Department'.

14. BID CURRENCIES:

Bidders must submit bid in Indian Rupees only.

15. BID VALIDITY

15.1. Bids shall be kept valid for period specified in BDS from the final 'Bid Due Date'. A

Bid valid for a shorter period may be rejected by BCPL as 'non-responsive'.

15.2. In exceptional circumstances, prior to expiry of the original 'Bid Validity Period', the

Employer may request the Bidders to extend the 'Period of Bid Validity' for a specified

additional period. The request and the responses thereto shall be made in writing or by

fax/email. A Bidder may refuse the request without forfeiture of his 'Bid Security'. A

Bidder agreeing to the request will not be required or permitted to modify his Bid, but

will be required to extend the validity of its 'Bid Security' for the period of the extension

and in accordance with "ITB: Clause-16" in all respects.

16. EARNEST MONEY/BID SECURITY: Part-A: Rs.2,65,600/-

Part-B: Rs.85,760/-

(THE ORIGINAL DEMAND DRAFT OR BANK GUARANTEE SHALL BE

FORWARDED TO BCPL. THE ORIGINAL HARDCOPY OF DEMAND

DRAFT OR BANK GUARANTEE OF EMD HAS TO BE REACHED BCPL ON

OR BEFORE 7 DAYS AFTER OPENING OF UN PRICED BID. OTHERWISE

THE BID SHALL BE REJECTED.)

16.1. Bids must be accompanied with 'Earnest Money / Bid Security' in the form of 'Demand

Draft' or 'Banker's Cheque'[in favor of Brahmaputra Cracker & Polymer Ltd., payable

at Dibrugarh, Assam] or 'Bank Guarantee' as per the format given in Form -4 of the

bidding documents. Bidders shall ensure that 'Bid Security', having a validity of at least

' two [02] months' beyond the validity of the bid, must accompany the Bid in the

format(s) made available in the Bidding Document. Bid not accompanied with 'Bid

Security', or 'Bid Security' not in requisite form shall be liable for rejection. The Bid

Security shall be submitted in Indian Rupees only.

16.2. The 'Bid Security' is required to protect BCPL against the risk of Bidder's conduct,

which would warrant the 'Bid Security's' forfeiture, pursuant to "ITB: Clause-16.7"

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 30 of 141

16.3. BCPL shall not be liable to pay any Bank charges, commission or interest etc. on the

amount of 'Bid Security'. In case 'Bid Security' is in the form of a 'Bank Guarantee', the

same shall be from any Indian scheduled Bank or a branch of an International Bank

situated in India and registered with 'Reserve Bank of India' as Scheduled Foreign

Bank. However, in case of 'Bank Guarantee' from Banks other than the Nationalized

Indian Banks, the Bank must be commercial Bank having net worth in excess of Rs.

100 Crores [Rupees One Hundred Crores] and a declaration to this effect should be

made by such commercial Bank either in the 'Bank Guarantee' itself or separately on

its letterhead. 'Earnest Money / Bid Security' shall be valid for 'two [02] months' beyond

the 'Bid Validity Period'

16.4. Any Bid not secured in accordance with "ITB: Clause-16.1 & Clause-16.3" may be

rejected by BCPL as non-responsive.

16.5. Unsuccessful Bidder's 'Earnest Money / Bid Security' will be discharged/ returned

as promptly as possible, but not later than 'thirty [30] days' after finalization of

tender.

16.6. The successful Bidder's 'Bid Security' will be discharged upon the Bidder's

acknowledging the 'Award' and signing the 'Agreement' and furnishing the 'Contract

Performance Security / Security Deposit' pursuant to clause 37 & 38 of ITB.

16.7. Notwithstanding anything contained herein, the 'Bid Security' may also be forfeited in

any of the following cases:

(a) If a Bidder withdraws his Bid during the 'Period of Bid Validity'

(b) If a Bidder has indulged in corrupt/fraudulent /collusive/coercive practice

(c) If the Bidder modifies bids during the period of bid validity (after submission date).

(d) Violates any other condition, mentioned elsewhere in the tender document, which may

lead to forfeiture of EMD.

(e) In the case of a successful Bidder, if the Bidder fails to:

(i) to acknowledge receipt the "Notification of Award" / "Fax of Intent

[FOI]/ Fax of Acceptance[FOA]",

(ii) to furnish "Contract Performance Security / Security Deposit", in

accordance with "ITB: Clause-38",

(iii) to accept 'arithmetical corrections' as per provision of the clause 30 of

ITB.

16.8. In case Bid Security is in the form of 'Bank Guarantee', the same must indicate the Bid

Document No. and the Work for which the Bidder is quoting. This is essential to have

proper correlation at a later date. The 'Bid Security' should be in the form provided at

'Form F-4’.

16.9. MSEs (Micro & Small Enterprises) are exempted from submission of EMD/Bid

Security in accordance with the provisions of PPP-2012 and Clause 40 of ITB. The

Government Departments/PSUs are also exempted from the payment of Bid Security.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 31 of 141

17. PRE-BID MEETING (IF APPLICABLE)

17.1. The Bidder(s) or his designated representative are invited to attend a "Pre-Bid Meeting"

which will be held at address specified in IFB. It is expected that a bidder shall not

depute more than 02 representatives for the meeting.

17.2. Purpose of the meeting will be to clarify issues and to answer questions on any matter

that may be raised at that stage and give hands-on e-tendering.

17.3. Text of the questions raised and the responses given, together with any responses

prepared after the meeting, will be uploaded on GAIL’s/BCPL’s e-tendering website

against the Tender. Any modification of the Contents of Bidding Documents listed in

"ITB: Clause-7.1", that may become necessary as a result of the Pre-Bid Meeting shall

be made by the Employer exclusively through the issue of an Addendum / Corrigendum

pursuant to "ITB: Clause-9", and not through the minutes of the Pre-Bid Meeting.

17.4. Non-attendance of the Pre-Bid Meeting will not be a cause for disqualification of

Bidder.

18. FORMAT AND SIGNING OF BID

18.1. The original and all copies of the Bid shall be typed or written in indelible ink [in the

case of copies, photocopies are also acceptable] and shall be signed by a person or

persons duly authorized to sign on behalf of the Bidder (as per POA). The name and

position held by each person signing, must be typed or printed below the signature. All

pages of the Bid except for unamended printed literature where entry(s) or

amendment(s) have been made shall be initialed by the person or persons signing the

Bid.

18.2. The Bid shall contain no alterations, omissions, or additions, unless such corrections

are initialed by the person or persons signing the Bid.

18.3. All documents to be digitally signed and to be uploaded as detailed in

addendum to ITB.

19. ZERO DEVIATION AND REJECTION CRITERIA

19.1. ZERO DEVIATION: Deviation to terms and conditions of "Bidding Documents" may

lead to rejection of bid. BCPL will accept bids based on terms & conditions of "Bidding

Documents" only. Bidder may note BCPL will determine the substantial

responsiveness of each bid to the Bidding Documents pursuant to provision contained

in clause 29 of ITB. For purpose of this, a substantially responsive bid is one which

conforms to all terms and conditions of the Bidding Documents without deviations or

reservations. BCPL's determination of a bid's responsiveness is based on the content of

the bid itself without recourse to extrinsic evidence. BCPL reserves the right to raise

technical and/or commercial query(s), if required, may be raised on the bidder(s). The

response(s) to the same shall be in writing, and no change in the price(s) or substance

of the bids shall be sought, offered or permitted. The substance of the bid includes but

not limited to prices, completion, scope, technical specifications, etc. Bidders are

requested to not to take any deviation/exception to the terms and conditions laid down

in this "Tender Documents", and submit all requisite documents as mentioned in this

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 32 of 141

"Tender Documents", failing which their offer will be liable for rejection. If a bidder

does not reply to the queries in the permitted time frame then its bid shall be evaluated

based on the documents available in the bid.

19.2. REJECTION CRITERIA: Notwithstanding the above, deviation to the following

clauses of Tender document shall lead to summarily rejection of Bid:

(a) Firm Price

(b) Earnest Money Deposit / Bid Security

(c) Specifications & Scope of Work

(d) Schedule of Rates / Price Schedule / Price Basis

(e) Duration / Period of Contract/ Delivery Schedule

(f) Period of Validity of Bid

(g) Price Reduction Schedule

(h) Contract Performance Bank Guarantee / Security Deposit

(i) Guarantee / Defect Liability Period

(j) Arbitration / Resolution of Dispute/Jurisdiction of Court

(k) Force Majeure & Applicable Laws

(l) Any other condition specifically mentioned in the tender document elsewhere

that non-compliance of the clause lead to rejection of bid

Note: Further, it is once again reminded not to mention any condition in the Bid which

is contradictory to the terms and conditions of Tender document.

20. E-PAYMENT

BCPL has initiated payments to Suppliers and Contractors electronically, and to

facilitate the payments electronically through 'e-banking'. The successful bidder

should give the details of his bank account as per the bank mandate form.

[D] – SUBMISSION OF BIDS

21. SUBMISSION, SEALING AND MARKING OF BIDS

21.1. Bids shall be submitted through e-tender mode in the manner specified elsewhere in

tender document. No Manual/ Hard Copy (Original) offer shall be acceptable.

21.2. All the bids shall be addressed to the owner at address specified in IFB.

21.3. Bids submitted under the name of AGENT/ CONSULTANT/ REPRESENTATIVE

/RETAINER/ ASSOCIATE etc. on behalf of a bidder/affiliate shall not be accepted.

22. DEADLINE FOR SUBMISSION OF BIDS

22.1. The bids must be submitted through e-tender mode not later than the date and

time specified in the tender documents/BDS.

22.2. BCPL may, in exceptional circumstances and at its discretion, extend the deadline for

submission of Bids (clause 9 of ITB refers). In which case all rights and obligations of

BCPL and the Bidders, previously subject to the original deadline will thereafter be

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 33 of 141

subject to the deadline as extended. Notice for extension of bid submission date will be

uploaded on GAIL’s/BCPL’s website/ communicated to the bidders.

23. LATE BIDS

23.1. Any bids received after the notified date and time of closing of tenders will be treated

as late bids.

23.2. In case of e-tendering, e-tendering system of BCPL shall close immediately after the

deadline for submission of bid and no bids can be submitted thereafter.

Where the bid bond/physical documents has been received but the bid is not submitted

by the bidder in the e-tendering portal, such bid bond/ physical documents shall be

returned immediately.

23.3. Unsolicited Bids or Bids received to address other than one specifically stipulated in

the tender document will not be considered for evaluation/opening/award if not

received to the specified destination within stipulated date & time.

24. MODIFICATION AND WITHDRAWAL OF BIDS

24.1. Modification and withdrawal of bids shall be as follows:-

24.1.1. For E- TENDERING, the bidder may withdraw or modify its bid after bid submission

but before the due date and time for submission as per tender document.

24.2. No bid shall be allowed to be withdrawn/modified/substitute in the interval

between the deadline for submission of bids and the expiration of the period of bid

validity specified by the bidder on the Bid Form. Withdrawal/Modification/Substitution of a bid during this interval shall result in the

bidder’s forfeiture of his bid security pursuant to clause 16 of ITB and rejection of bid.

24.3. The latest bid hence submitted shall be considered for evaluation and all other bids

shall be considered to be unconditionally withdrawn.

24.4. In case after price bid opening the lowest evaluated bidder (L1) is not awarded the job

for any mistake committed by him in bidding or withdrawal of bid or modification of

bid or varying any term in regard thereof leading to re-tendering, BCPL shall forfeit

EMD paid by the bidder and such bidders shall be debarred from participation in re-

tendering of the same job(s)/item(s). Further, such bidder will be put on holiday for a

period of six months after following the due procedure.

25. EMPLOYER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR

ALL BIDS

BCPL reserves the right to accept or reject any Bid, and to annul the Bidding process

and reject all Bids, at any time prior to award of Contract, without thereby incurring

any liability to the affected Bidder or Bidders or any obligations to inform the affected

Bidder or Bidders of the ground for BCPL's action. However, Bidder if so desire may

seek the reason (in writing) for rejection of their Bid to which BCPL shall respond

quickly.

_____________________________________________________________________

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 34 of 141

[E] – BID OPENING AND EVALUATION

26. BID OPENING

26.1. Unpriced Bid Opening:

BCPL will open bids, in the presence of bidders’ designated representatives who

choose to attend, at date, time and location stipulated in the BDS. The bidders’

representatives, who are present shall sign a bid opening register evidencing their

attendance.

26.2. Priced Bid Opening:

26.2.1. BCPL will open the price bids of those bidders who meet the qualification requirement

and whose bids is determined to be technically and commercially responsive. Bidders

selected for opening of their price bids shall be informed about the date of price bid

opening. Bidders may depute their authorized representative to attend the bid opening.

The bidders’ representatives, who are present shall sign a register evidencing their

attendance and may be required to be present on a short notice.

26.2.2. The price bids of those bidders who were not found to be techno-commercially

responsive shall be unopened and returned unopened after opening of the price bids of

techno-commercially responsive bidders.

26.3. In case of bids invited under the single bid system, bid shall be opened on the specified

due date & time.

27. CONFIDENTIALITY

Information relating to the examination, clarification, evaluation, and comparison of

Bids, and recommendations for the award of a Contract, shall not be disclosed to

Bidders or any other persons not officially concerned with such process. Any effort by

a Bidder to influence the Employer's processing of Bids or award decisions may result

in the rejection of the Bidder's Bid and action shall be initiated as per procedure in this

regard.

28. CONTACTING THE EMPLOYER

28.1. From the time of Bid opening to the time of award of Contract, if any Bidder wishes to

contact the Employer on any matter related to the Bid, it should do so in writing.

Information relating to the examination, clarification, evaluation & recommendation

for award shall not be disclosed.

28.2. Any effort by the Bidder to influence the Employer in the Employer's 'Bid Evaluation',

'Bid Comparison', or 'Contract Award' decisions may result in the rejection of the

Bidder's Bid and action shall be initiated as per procedure in this regard.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 35 of 141

29. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

29.1. The owner’s determination of a bid’s responsiveness is based on the content of the bid

only. Prior to the detailed evaluation of Bids, the Employer will determine whether

each Bid:-

(a) Meets the "Bid Evaluation Criteria" of the Bidding Documents;

(b) Has been properly signed;

(c) Is accompanied by the required 'Earnest Money / Bid Security';

(d) Is substantially responsive to the requirements of the Bidding Documents; and

(e) Provides any clarification and/or substantiation that the Employer may require

to determine responsiveness pursuant to "ITB: Clause-29.2"

29.2. A substantially responsive Bid is one which conforms to all the terms, conditions and

specifications of the Bidding Documents without material deviations or reservations or

omissions for this purpose employer defines the foregoing terms below:-

(a) “Deviation” is departure from the requirement specified in the tender

documents.

(b) “Reservation” is the setting of limiting conditions or withholding from

complete acceptance of the requirement in the tender documents.

(c) “Omission” is the failure to submit part or all of the information or

documentation required in the tender document.

29.3. A material deviation, reservation or omission is one that,

(a) If accepted would,

i) Affect in any substantial way the scope, quality, or performance of the

job as specified in tender documents.

ii) Limit, in any substantial way, inconsistent with the Tender Document,

the Employer’s rights or the tenderer’s obligations under the proposed

Contract.

(b) If rectified, would unfairly affect the competitive position of other bidders

presenting substantially responsive bids.

29.4. The employer shall examine all aspects of the bid to confirm that all requirements have

been met without any material deviation, reservation or omission.

29.5. If a Bid is not substantially responsive, it may be rejected by the Employer and may

not subsequently be made responsive by correction or withdrawal of the material

deviation, reservation or omission.

30. CORRECTION OF ERRORS

30.1. Bids determined to be substantially responsive will be checked by the Employer for

any arithmetic errors. Errors will be corrected by the Employer as follows:

(i) When there is a difference between the rates in figures and words, the rate which

corresponds to the amount worked out by the contractor (by multiplying the

quantity and rate) shall be taken as correct.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 36 of 141

(ii) When the rate quoted by the contractor in figures and words tallies but the

amount is incorrect, the rate quoted by the contractor shall be taken as correct

and not the amount and the amount corrected.

(iii) When it is not possible to ascertain the correct rate, in the manner prescribed

above, the rate as quoted in words shall be adopted and the amount worked out,

for comparison purposes

30.2. The amount stated in the bid will be adjusted by the Employer in accordance with the

above procedure for the correction of errors. If the bidder does not accept the corrected

amount of bid, its bid will be rejected, and the bid security shall be forfeited.

31. CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF BIDS

Not Applicable. All bids submitted must be in the currency specified at clause 14 of

ITB.

32. EVALUATION AND COMPARISON OF BIDS

Bids shall be evaluated as per evaluation criteria mentioned in Section-II of bidding

documents (refer clause 7.0 of ITB) after considering the effect of cenvatcredit entitled.

The employer shall only use the criteria and methodology indicated in Section-II of

bidding documents. No other criteria/ methodology shall be permitted.

33. COMPENSATION FOR EXTENDED STAY (FOR APPLICABLITY OF THIS

CLAUSE REFER BDS):-NOT APPLICABLE FOR THIS TENDER

34. PURCHASE PREFERENCE

Purchase preference to Central government public sector Undertaking and Micro and

Small Enterprises (MSEs) shall be allowed as per Government instructions in vogue.

____________________________________________________________________

[F] – AWARD OF CONTRACT

35. AWARD

Subject to "ITB: Clause-29", BCPL will award the Contract to the successful Bidder

whose Bid has been determined to be substantially responsive and has been determined

as the lowest provided that bidder, is determined to be qualified to satisfactorily

perform the Contract.

36. NOTIFICATION OF AWARD / FAX OF ACCEPTANCE/LETTER OF

INTENT

36.1. Prior to the expiry of 'Period of Bid Validity', BCPL will notify the successful Bidder

in writing, in the form of "Notification of Award" / "Fax of Intent [FOI]”/ “Letter of

Intent” through fax/e-mail, that his Bid has been accepted. The notification of award /

Fax of Intent/Fax of Acceptance will constitute the formation of the Contract.

36.2. Contract period shall commence from the date of "Notification of Award" or as

mentioned in the Notification of Award/Fax of Intent [FOI]/Letter of Intent. The

"Notification of Award"/“Fax of Intent [FOI]”/”Letter of Intent” will constitute the

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 37 of 141

formation of a Contract, until the Contract has been effected pursuant to signing of

Contract as per "ITB: Clause-37".

Upon the successful Bidder's / Contractor's furnishing of 'Contract Performance

Security / Security Deposit', pursuant to "ITB: Clause-38", BCPL will promptly

discharge his 'Earnest Money / Bid Security', pursuant to "ITB: Clause-16"

37. SIGNING OF AGREEMENT

37.1. BCPL will award the Contract to the successful Bidder, who, within 'fifteen [15] days'

of receipt of the same, shall sign and return the acknowledged copy to BCPL.

37.2. The successful Bidder/Contractor shall be required to execute an 'Agreement' in the

proforma given in this Bidding Document on a 'non-judicial stamp paper' of appropriate

value [cost of the 'stamp-paper' shall be borne by the successful Bidder/Contractor] and

of 'state' specified in Bidding Data Sheet (BDS) only, within 'fifteen [15] days' of

receipt of the "Letter of Acceptance [LOA]" of the Tender by the successful

Bidder/Contractor failure on the part of the successful Bidder to sign the 'Agreement'

within the above stipulated period, shall constitute sufficient grounds for forfeiture of

EMD/Security Deposit.

38. CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT

38.1. Within 30 days of the receipt of the notification of award/ Fax of Acceptance from

BCPL, the successful bidder shall furnish the Contract Performance

Security/Guarantee in accordance with General Conditions of the Contract/as

stipulated in Section-II of tender document. The Contract Performance

Security/Guarantee shall be in the form of either Banker’s Cheque or Demand Draft or

Bank Guarantee and shall be in the currency of the Contract.

38.2. The contract performance security shall be for an amount equal to 7.5% of order

value (excluding taxes & duties) specified in Bidding Data Sheet (BDS)/as

stipulated in Section-II of tender document towards faithful performance of the

contractual obligations & performance of equipment and same must be valid for

3 months beyond the contract period,. For the purpose of Contract Performance

Security, Contract/order value shall be exclusive of taxes and duties.

Bank Guarantee towards performance security/ security deposit shall be from any

Indian scheduled bank or a branch of an International bank situated in India and

registered with Reserve bank of India as scheduled foreign bank in case of Indian

bidder as well as foreign bidder. However, in case of bank guarantees from banks other

than the Nationalized Indian banks, the bank must be a commercial bank having net

worth in excess of Rs 100 crores and a declaration to this effect should be made by

such commercial bank either in the Bank Guarantee itself or separately on its letterhead.

This bank guarantee shall be valid for a period of three months beyond the delivery

schedule as specified in Bid Data Sheet (BDS).

38.3. Failure of the successful bidder to comply with the requirements of this article shall

constitute sufficient grounds for the annulment of the award and forfeiture of the bid

security.

38.4. The CPBG/Security deposit has to cover the entire contract value including extra

works/services also. As long as the CPBG/Security deposit submitted at the time of

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 38 of 141

award take cares the extra works/ services executed and total executed value are within

the awarded contract price, there is no need for additional security deposit/ Contract

Performance Security. As soon as the total executed value is likely to burst the ceiling

of awarded contract price, the contractor should furnish additional security deposit/

CPBG.

39. PROCEDURE FOR ACTION IN CASE CORRUPT/

FRAUDULENT/COLLUSIVE/ COERCIVE PRACTICES

39.1. Procedure for action in case Corrupt/ Fraudulent/Collusive/Coercive Practices is

enclosed at Annexure-I.

39.2. The Fraud Prevention Policy document is available on GAIL’s/BCPL’s website

(www.gailonline.com /www.bcplonline.com)

39.3. NON-APPLICABILITY OF ARBITRATION CLAUSE IN CASE OF BANNING

OF VENDORS/ SUPPLIERS / CONTRACTORS/BIDDERS/ CONSULTANTS

INDULGED IN FRAUDULENT/ COERCIVE PRACTICES

Notwithstanding anything contained contrary in GCC and other "CONTRACT

DOCUMENTS", in case it is found that the Vendors/ Suppliers / Contractors/Bidders/

Consultants indulged in fraudulent/ coercive practices at the time of bidding, during

execution of the contract etc., and/or on other grounds as mentioned in GAIL’s/BCPL’s

“Procedure for action in case Corrupt/Fraudulent/Collusive/Coercive Practices”

(Annexure-I), the contractor/bidder shall be banned (in terms of aforesaid procedure)

from the date of issuance of such order by Brahmaputra Cracker and Polymer Ltd., to

such Vendors/ Suppliers / Contractors/Bidders/ Consultants.

The Vendor/ Supplier / Contractor/ Bidder/Consultant understands and agrees that in

such cases where Vendor/ Supplier / Contractor/ Bidder/Consultant has been banned

(in terms of aforesaid procedure) from the date of issuance of such order by

Brahmaputra Cracker and Polymer Ltd, such decision of Brahmaputra Cracker and

Polymer Ltd shall be final and binding on such Vendor/ Supplier / Contractor/

Bidder/Consultant and the ‘Arbitration clause’ in the GCC and other "CONTRACT

DOCUMENTS" shall not be applicable for any consequential issue /dispute arising in

the matter.

40. PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL

ENTERPRISES

40.1. Following provision has been incorporated in tender for MSEs, in line with notification

of Government of India, vide Gazette of India No. 503 dated 26.03.2012 proclaiming

the Public Procurement Policy on procurement of goods and services from Micro and

Small Enterprises (MSEs)

i) Issue of tender document to MSEs free of cost.

ii) Exemption to MSEs from payment of EMD/Bid Security.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 39 of 141

iii) In Tender participating Micro and Small Enterprises quoting price within the

price band of L1 + 15% shall also be allowed to supply a portion of requirement

by bringing down their prices to L1 price in a situation where L1 price is from

someone other than a micro and small enterprise and such micro and small

enterprises shall be allowed to supply upto 20% of the tendered value. In case

of more than one such Micro and Small Enterprises, the supply shall be shared

proportionately (to tendered quantity). Further, out of above 20%, 4% shall be

from MSEs owned by SC/ST entrepreneurs. This quota is to be transferred to

other MSEs in case of non-availability of MSEs owned by SC/ST entrepreneurs.

The quoted prices against various items shall remain valid in case of splitting of

quantities of the items above.

In case tendered item is non-splitable or non- dividable (specified in Bid Data

Sheet) , MSE quoting price within price band L1 ( other than MSE) + 15% ,

may be awarded for full/ complete supply of total tendered value subject to

matching of L1 price.

40.2. The MSEs owned by SC/ST entrepreneurs shall mean:-

a) In case of proprietary MSE, Proprietor(s) shall be SC/ST.

b) In case of partnership MSE, the SC/ST partners shall be holding atleast 51%

share in the unit

c) In case of private Limited Companies, at least 51%share is held by SC/ST. If

the MSE is owned by SC/ST entrepreneurs, the bidder shall furnish appropriate

documentary evidence in this regard.

40.3. In case bidder is a Micro or Small Enterprise under the Micro, Small and Medium

Enterprises Development Act, 2006, the bidder shall submit the following :

a) Documentary evidence that the bidder is a Micro or Small Enterprises registered

with District Industries Centers or Khadi and Village Industries National Small

Industries Corporation or Directorate of Handicrafts and Handloom or any other

body specified by Ministry of Micro, Small and Medium Enterprises or Udyog

Aadhaar Memorandum.

b) If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish

appropriate documentary evidence in this regard.

The above documents submitted by the bidder shall be duly certified by the

Chartered Accountant (not being an employee or a Director or not having any

interest in the bidder’s company/firm) and notary public with legible stamp.

If the bidder does not provide the above confirmation or appropriate document or any

evidence, then it will be presumed that they do not qualify for any preference admissible

in the Public Procurement Policy (PPP) 2012.

40.4. If against an order placed by BCPL, successful bidder(s) (other than Micro/Small

Enterprise) is procuring material/services from their sub-vendor who is a Micro or

Small Enterprise registered with District Industries Centers or Khadi and Village

Industries Commission or Khadi and Village Industries Board or Coir Board or

National Small Industries Corporation or Directorate of Handicrafts and Handloom or

any other body specified by Ministry of Micro, Small and Medium Enterprises with

prior consent in writing of the purchasing authority/Engineer-in-charge, the details like

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 40 of 141

Name, Registration No., Address, Contact No. details of material & value of

procurement made, etc. of such Enterprises shall be furnished by the successful bidder

at the time of submission of invoice/Bill.

41. AHR ITEMS

In items rate contract where the quoted rates for the items exceed 50% of the

owners/estimated Items rates, such items will be considered as Abnormally High Rates

Items (AHR) and Payment of AHR items beyond the SOR stipulated quantities shall

be made at the least of the following rates:

(I) Rates as per SOR, quoted by the contractor.

(II) Rate of the item, which shall be derived as follows:

Based on rates of machine and labor as available from the contract (which includes

contractor’s supervision, profit, overheads and other expenses).

In case rates are not available in the contract, rates will be calculated based on

prevailing market rates of machine, material and labor plus 15% to cover contractor's

supervision profit, overhead & other expenses.

42. VENDOR PERFORMANCE EVALUATION PROCEDURE

Shall be as stipulated Annexure II to ITB herewith.

43. INCOME TAX & CORPORATE TAX

43.1. Income tax deduction shall be made from all payments made to the contractor as per

the rules and regulations in force and in accordance with the Income Tax Act prevailing

from time to time.

43.2. Corporate Tax liability, if any, shall be to the contractor’s account.

43.3. Work Contract tax/VAT as may be applicable shall be deducted as per trade tax.

43.4. MENTIONING OF PAN NO. IN INVOICE/BILL

As per CBDT Notification No. 95/2015 dated 30.12.2015, mentioning of PAN no. is

mandatory for procurement of goods / services/works/consultancy services exceeding

Rs. 2 Lacs per transaction.

Accordingly, supplier/ contractor/ service provider/ consultant should mention their

PAN no. in their invoice/ bill for any transaction exceeding Rs. 2 lakhs. As provided in

the notification, in case supplier/ contractor/ service provider/ consultant do not have

PAN no., they have to submit declaration in Form 60 along with invoice/ bill for each

transaction.

Payment of supplier/ contractor / service provider/ consultant shall be processed only

after fulfilment of above requirement

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 41 of 141

44. SETTLEMENT OF DISPUTES BETWEEN GOVERNMENT DEPARTMENT

AND ANOTHER AND ONE GOVERNMENT DEPARTMENT AND PUBLIC

ENTERPRISE AND ONE PUBLIC ENTERPRISE AND ANOTHER

In the event of any dispute or difference relating to the interpretation and application of

the provisions of the contracts, such dispute or difference shall be referred by either

party for Arbitration to the sole Arbitrator in the Department of Public Enterprises to

be nominated by the Secretary to the Government of India in-charge of the Department

of Public Enterprises. The Arbitration and Conciliation Act, 1996 shall not be

applicable to arbitrator under this clause. The award of the Arbitrator shall be binding

upon the parties to the dispute, provided, however, any party aggrieved by such award

may make a further reference for setting aside or revision of the award to the Law

Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of

India. Upon such reference the dispute shall be decided by the Law Secretary or the

Special Secretary / Additional Secretary, when so authorized by the Law Secretary,

whose decision shall bind the Parties finally and conclusively. The parties to the dispute

will share equally the cost of arbitration as intimated by the Arbitrator.

45. DISPUTE RESOLUTION (ADDENDUM TO PROVISION REGARDING

APPLICABLE LAWS AND SETTLEMENT OF DISPUTES OF GCC)

45.1. Brahmaputra Cracker and Polymer Limited has framed the Conciliation Rules 2010 in

conformity with supplementary to Part – III of the Indian Arbitration and Conciliation

Act 1996 for speedier, cost effective and amicable settlement of disputes through

conciliation. A copy of the said rules made available on GAIL’s web site/BCPL’s

website: www.gailonline.com/ www.bcplonline.com for reference. Unless otherwise

specified, the matters where decision of the Engineer-in-Charge is deemed to be final

and binding as provided in the Agreement and the issues/disputes which cannot be

mutually resolved within a reasonable time, all disputes shall be settled in accordance

with the Conciliation Rules 2010.

45.2. Any dispute(s)/difference(s)/issue(s) of any kind whatsoever between/amongst the

Parties arising under/out of/in connection with this contract shall be settled in

accordance with the aforesaid rules.

45.3. In case of any dispute(s)/difference(s)/issue(s), a Party shall notify the other Party (ies)

in writing about such a dispute(s) / difference(s) / issue(s) between / amongst the Parties

and that such a Party wishes to refer the dispute(s)/difference(s)/issue(s) to

Conciliation. Such Invitation for Conciliation shall contain sufficient information as to

the dispute(s)/difference(s)/issue(s) to enable the other Party (ies) to be fully informed

as to the nature of the dispute(s)/difference(s)/issue(s), the amount of monetary claim,

if any, and apparent cause(s) of action.

45.4. Conciliation proceedings commence when the other Party(ies) accept(s) the invitation

to conciliate and confirmed in writing. If the other Party (ies) reject(s) the invitation,

there will be no conciliation proceedings.

45.5. If the Party initiating conciliation does not receive a reply within thirty days from the

date on which he/she sends the invitation, or within such other period of time as

specified in the invitation, he/she may elect to treat this as a rejection of the invitation

to conciliate. If he/she so elects, he/she shall inform the other Party(ies) accordingly.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 42 of 141

45.6. Where Invitation for Conciliation has been furnished, the Parties shall attempt to settle

such dispute(s) amicably under Part-III of the Indian Arbitration and Conciliation Act,

1996 and Brahmaputra Cracker and Polymer Limited Conciliation Rules, 2010. It

would be only after exhausting the option of Conciliation as an Alternate Dispute

Resolution Mechanism that the Parties hereto shall go for Arbitration. For the purpose

of this clause, the option of ‘Conciliation’ shall be deemed to have been exhausted,

even in case of rejection of ‘Conciliation’ by any of the Parties.

45.7. The cost of Conciliation proceedings including but not limited to fees for

Conciliator(s), Airfare, Local Transport, Accommodation, cost towards conference

facility etc. shall be borne by the Parties equally.

45.8. The Parties shall freeze claim(s) of interest, if any, and shall not claim the same during

the pendency of Conciliation proceedings. The Settlement Agreement, as and when

reached/agreed upon, shall be signed between the Parties and Conciliation proceedings

shall stand terminated on the date of the Settlement Agreement.

46. BILLING SYSTEM

ORIGINAL Bills/Invoices to be forwarded in sealed envelope for release of payment

in time and following should be clearly mentioned on “top left corner of the envelope”

with “address” as under:

(a) Top left corner of the envelope

Vendor Code:_________________

LOA/PO No.: ………………………….. Date ………………………….

Bill/ Invoice No.: ………………………….. Date ………………………….

Invoice Value: Rs. ………… Indenting Dept. ……………… Job/Supply of………....

(b) Address:

To,

In case of LOA/Contract In case of PO

HOD/EIC (Indenting/User

Department)

M/s Brahmaputra Cracker and

Polymer Limited (A Government of

India Enterprise), Administrative

Building, PO: Lepetkata, Dist.:

DIBRUGARH, Assam, Pin Code:

786006, Phone no. 0373 2914636.

HOD (C&P)

M/s Brahmaputra Cracker and

Polymer Limited (A Government of

India Enterprise), Administrative

Building, PO: Lepetkata, Dist.:

DIBRUGARH, Assam, Pin Code:

786006, Phone no. 0373 2914636.

47. TRANSPARENCY

Bidders if so desires, may seek in writing the reason for rejection of their bid, to

which BCPL shall respond quickly.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 43 of 141

48. SALE OF BID DOCUMENTS

Tender document will be sold on receipt of application. No tender document will,

however, be sold / issued to the bidders who are on 'Holiday' by GAIL/BCPL or Public

Sector Project Management Consultant (like ElL, Mecon etc. only due to "poor

performance" or "corrupt and fraudulent practices") or banned by Government

department/ Public Sector on due date of submission of bid. If the document were issued

inadvertently/ downloaded from website, offers submitted by such bidder shall not be

considered for opening / evaluation / award and will be returned immediately to such

bidder. The above is without prejudice to the other rights of BCPL.

49. SUBLETTING & ASSIGNMENT

49.1. The contractor shall not, save with previous consent in writing of the Engineer-in-

charge, sublet, transfer or assign the contract or any part thereof or interest therein or

benefit or advantage thereof in any manner whatsoever. Provided, nevertheless, that

any such consent shall not relieve the contractor from any obligation, duty or

responsibility under the contract.

However, Subletting of WHOLE WORKS is prohibited. An undertaking to this effect

will be given by Vendor/Contractor along with each invoice/ bill. In addition to above,

clause no. 37.0 of GCC also to be referred.

50. DIRECT PAYMENTS TO SUB-VENDORS / SUPPORTING AGENCIES OF

MAIN CONTRACTOR

50.1. Normally, the payment is to be made to vendor/contractor only as per provision of

contract. During execution, in case of financial constraints, BCPL may make direct

payment to their sub-vendor / supporting agencies as an exception from the amounts

due to the vendors/contractors from any of their bills under process upon certification

by EIC subject to receipt of such request from the vendor/contractor. Further, the

request for direct payments to the sub-vendor / sub-contractor shall be considered in

performance evaluation of such vendor/ contractor.

51. CHECK MEASUREMENT

Measurement shall be recorded as per the methods of measurement spelt out in

SOW/Specifications/SCC of Contract/Tender Document. The responsibility for

checking the measurements as recorded in the measurement Books/Bills shall be

as under:

51.1. Where BCPL Executive is Engineer-In-Charge (EIC) (e.g O&M Contracts)

a. Site-In-Charge/Site Engineer will check 100% measurements of executed work.

b. EIC will further check measurements at least 15% of bill value. In case, Site-in-

Charge/Site Engineer is not available, EIC will check 100% measurements of

executed work.

c. An officer one level above EIC but not below level of HOD will check

measurements of 5% of bill value. In case, HOD is EIC, then he will check

measurements of 20% of bill value.

51.2. Where PMC is EIC (e.g Project Construction):

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 44 of 141

a. PMC will check 100% measurements of executed work.

b. BCPL Site Engineer will check measurements of at least 15% of bill value,

certified by PMC.

c. An officer one level above Site Engineer but not below level of DGM will further

check measurements of 5% of bill value. However, wherever DGM is not

available, an officer of level of CM will check measurements of 5% of bill value.

51.3. Where BCPL Executive is EIC and where Third Party Inspector is deployed (e.g

ARC type Construction Contracts):

a. Third Party Inspector will check 100% measurements of executed work.

b. BCPL Site Engineer will check measurements of at least 10% of bill value,

certified by Third Party Inspector.

c. EIC will further check measurements of 5% of bill value. In case, there is no Site

Engineer, EIC himself will check measurements of 15% of bill value.

d. An officer one level above EIC but not below level of HOD (for O&M Cases)

and DGM (for Project Cases) will check measurements of 5% of bill value. In

case, HOD (for O&M Cases) and DGM (for Project Cases) is EIC, then he will

check measurements of 10% of bill value or measurement of 20% of bill value,

in case there is no Site Engineer.

51.4. OIC (or HOD in case of Corporate Office) or an officer of higher level to that of

EIC authorized by OIC may carry out random checking of executed items where

the executed quantity exceed SOR quantities.

51.5. While exercising test check of 5%, 15% level and on random basis as above, it

may be ensured that high rate items, AHR items, items exceeding SOR quantity

and concealed items have been covered in the items selected for checking.

51.6. The Superior officer should preferably check such items/quantities other than

those already checked by BCPL executives at lower levels and should also

ensure that the subordinate officer/officers have exercised the requisite

percentage check as stipulated in the procedure.

51.7. All concerned officers should indicate the measurements of SOR items checked

by them and marked as “Checked and verified.”

52. Wherever any portion of the "GCC" is repugnant to or at variance with any provision(s)

of the "SCC", unless a different intention appears, the provision(s) of the "SCC" shall

be deemed to override the provision(s) of "GCC", and shall to the extent of such

repugnancy or variations prevail.

53. Wherever there is contradiction with respect to terms of 'Integrity pact', GCC and

'Procedure for action in case of Corrupt/Fraudulent/ Collusive/Coercive Practice', the

provisions of 'Procedure for action in case of Corrupt/Fraudulent/Collusive/Coercive

Practice' shall prevail.

……………………………………………….

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 45 of 141

Annexure-I

PROCEDURE FOR ACTION IN CASE

CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE PRACTICES

A. Definitions:

A.1 “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or

indirectly, anything of value to improperly influence the actions in selection process or

in contract execution.

“Corrupt Practice” also includes any omission for misrepresentation that may mislead

or attempt to mislead so that financial or other benefit may be obtained or an obligation

avoided.

A.2 “Fraudulent Practice” means and include any act or omission committed by a agency

or with his connivance or by his agent by misrepresenting/ submitting false documents

and/ or false information or concealment of facts or to deceive in order to influence a

selection process or during execution of contract/ order.

A.3 “Collusive Practice amongst bidders (prior to or after bid submission)” means a

scheme or arrangement designed to establish bid prices at artificial non-competitive

levels and to deprive the Employer of the benefits of free and open competition.

A.4 “Coercive practice” means impairing or harming or threatening to impair or harm

directly or indirectly, any agency or its property to influence the improperly actions of

an agency, obstruction of any investigation or auditing of a procurement process.

A.5 “Vendor/Supplier/Contractor/Consultant/Bidder” is herein after referred as “Agency”

A.6 ”Appellate Authority” shall mean Committee of Directors consisting of Director

(Finance) and Director (BD) for works centers under Director (Projects). For all other

cases committee of Directors shall consist of Director (Finance) & Director (Projects).

A.7 “Competent Authority” shall mean the authority, who is competent to take final

decision for Suspension of business dealing with an Agency/ ies and Banning of

business dealings with Agency/ ies and shall be the “Director” concerned.

A.8 “Allied Agency” shall mean all the concerns within the sphere of effective influence

of banned/ suspended agencies. In determining this, the following factors may be taken

into consideration:

a) Whether the management is common;

b) Majority interest in the management is held by the partners or directors

of banned/ suspended firm.

c) Substantial or majority shares are owned by banned/ suspended

agency and by virtue of this it has a controlling voice.

A.9 “Investigating Agency” shall mean any department or unit of BCPL investigating into

the conduct of Agency/ party and shall include the Vigilance Department of the BCPL,

Central Bureau of Investigation, State Police or any other agency set up by the Central

or state government having power to investigate.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 46 of 141

B. Actions against bidder(s) indulging in corrupt /fraudulent/ collusive/ coercive

practice

B.1 Irregularities noticed during the evaluation of the bids:

If it is observed during bidding process/ bids evaluation stage that a bidder has indulged

in corrupt/fraudulent /collusive/coercive practice, the bid of such Bidder (s) shall be

rejected and its Earnest Money Deposit (EMD) shall be forfeited.

Further, such agency shall be banned for future business with BCPL for a period

specified in para B 2.2 below from the date of issue of banning order.

B.2 Irregularities noticed after award of contract

(i) During execution of contract:

If an agency, is found to have indulged in corrupt/fraudulent/ collusive/coercive

practices, during execution of contract, the agency shall be banned for future

business with BCPL for a period specified in para B 2.2 below from the date of

issue of banning order.

The concerned order (s)/ contract(s) where corrupt/fraudulent/collusive

practices is observed, shall be suspended with immediate effect by Engineer-in-

Charge (EIC)/ Employer whereby the supply/ work/ service and payment etc.

will be suspended. The action shall be initiated for putting the agency on

banning.

After conclusion of process, the order (s)/ contract (s) where it is concluded that

such irregularities have been committed shall be terminated and Contract cum

Performance Bank Guarantee (CPBG) submitted by agency against such order

(s)/ contract (s) shall also be forfeited. The amount that may have become due

to the contractor on account of work already executed by him shall be payable

to the contractor and this amount shall be subject to adjustment against any

amounts due from the contractor under the terms of the contract.

No risk and cost provision will be enforced in such cases.

(ii) After execution of contract and during Defect liability period (DLP)/

Warranty/Guarantee Period:

If an agency is found to have indulged in corrupt/fraudulent/ collusive/coercive

practices, after execution of contract and during DLP/ Warranty/Guarantee

Period, the agency shall be banned for future business with BCPL for a period

specified in para B 2.2 below from the date of issue of banning order.

Further, the Contract cum Performance Bank Guarantee (CPBG) submitted by

agency against such order (s)/ contract (s) shall be forfeited.

(iii) After expiry of Defect liability period (DLP)/ Warranty/Guarantee Period

If an agency is found to have indulged in corrupt/fraudulent/ collusive/coercive

practices, after expiry of Defect liability period (DLP)/ Warranty/Guarantee

Period, the agency shall be banned for future business with BCPL for a period

specified in para B 2.2 below from the date of issue of banning order.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 47 of 141

B.2.2 Period of Banning

Banning period shall be reckoned from the date of banning order and shall be 3 years.

In exceptional cases where the act of vendor/ contractor is a threat to the National

Security, the banning shall be for indefinite period.

C. Effect of banning on other ongoing contracts/ tenders

C.1 If an agency is put on Banning, such agency should not be considered in ongoing

tenders/future tenders.

C.2 However, if such an agency is already executing other order (s)/ contract (s) where no

corrupt/fraudulent/ collusive/coercive practice is found, the agency should be allowed

to continue till its completion without any further increase in scope except those

incidental to original scope mentioned in the contract.

C.3 If an agency is put on the Banning List during tendering and no irregularity is found in

the case under process:

C.3.1 After issue of the enquiry /bid/tender but before opening of Technical bid, the bid

submitted by the agency shall be ignored.

C.3.2 After opening Technical bid but before opening the Price bid, the Price bid of the

agency shall not be opened and BG/EMD submitted by the agency shall be returned to

the agency.

C.3.3 After opening of price, BG/EMD made by the agency shall be returned; the offer of the

agency shall be ignored & will not be further evaluated. If the agency is put on banning

list for fraud/ mis-appropriation of facts committed in the sametender/other tender

where errant agency emerges as the lowest (L1), then such tender shall also be cancelled

and re-invited.

D. Procedure for Suspension of Bidder

D.1 Initiation of Suspension

Action for suspension business dealing with any agency/(ies) shall be initiated by

Corporate C&P Department when

(i) Corporate Vigilance Department based on the fact of the case gathered during

investigation by them recommend for specific immediate action against the

agency.

(ii) Corporate Vigilance Department based on the input from Investigating agency,

forward for specific immediate action against the agency.

(iii) Non-performance of Vendor/Supplier/Contractor/Consultant leading to

termination of Contract/ Order.

D.2 Suspension Procedure:

D.2.1 The order of suspension would operate initially for a period not more than six months

and is to be communicated to the agency and also to Corporate Vigilance Department.

Period of suspension can be extended with the approval of the Competent Authority by

one month at a time with a ceiling of six months pending a conclusive decision to put

the agency on banning list.

D.2.2 During the period of suspension, no new business dealing may be held with the agency.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 48 of 141

D.2.3 Period of suspension shall be accounted for in the final order passed for banning of

business with the agency.

D.2.4 The decision regarding suspension of business dealings should also be communicated

to the agency.

D.2.5 If a prima-facie, case is made out that the agency is guilty on the grounds which can

result in banning of business dealings, proposal for issuance of suspension order and

show cause notice shall be put up to the Competent Authority. The suspension order

and show cause notice must include that (i) the agency is put on suspension list and (ii)

why action should not be taken for banning the agency for future business from BCPL.

The competent authority to approve the suspension will be same as that for according

approval for banning.

D.3 Effect of Suspension of business:

Effect of suspension on other on-going/future tenders will be as under:

D.3.1 No enquiry/bid/tender shall be entertained from an agency as long as the name of

agency appears in the Suspension List.

D.3.2 If an agency is put on the Suspension List during tendering:

D.3.2.1 After issue of the enquiry /bid/tender but before opening of Technical bid, the bid

submitted by the agency shall be ignored.

D.3.2.2 After opening Technical bid but before opening the Price bid, the Price bid of the

agency shall not be opened and BG/EMD submitted by the agency shall be returned

to the agency.

D.3.2.3 After opening of price, BG/EMD made by the agency shall be returned; the offer of

the agency shall be ignored & will not be further evaluated. If the agency is put on

Suspension list for fraud/ mis-appropriation of facts conducted in the same

tender/other tender where errant agency emerges as the lowest (L1), then such

tender shall also be cancelled and re-invited.

D.3.3 The existing contract (s)/ order (s) under execution shall continue.

D.3.4 Tenders invited for procurement of goods, works and services shall have provision that

the bidder shall submit a undertaking to the effect that (i) neither the bidder themselves

nor their allied agency/(ies) are on banning list of GAIL/BCPL or the Ministry of

Petroleum and Natural Gas and (ii) bidder is not banned by any Government

department/ Public Sector.

E. Appeal against the Decision of the Competent Authority:

E.1 The agency may file an appeal against the order of the Competent Authority for putting

the agency on banning list. The appeal shall be filed to Appellate Authority. Such an

appeal shall be preferred within one month from the receipt of banning order.

E.2 Appellate Authority would consider the appeal and pass appropriate order which shall

be communicated to the party as well as the Competent Authority.

E.3 Appeal process may be completed within 45 days of filing of appeal with the Appellate

Authority.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 49 of 141

F. Wherever there is contradiction with respect to terms of ‘Integrity pact’, GCC and

‘Procedure for action in case of Corrupt/Fraudulent/ Collusive/Coercive Practice’, the

provisions of ‘Procedure for action in case of Corrupt/Fraudulent/ Collusive/Coercive

Practice’ shall prevail.

……………………………………………………………………………….

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 50 of 141

Annexure-II

PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS/

SUPPLIERS/ CONTRACTORS/ CONSULTANTS

1.0 OBJECTIVE

The objective of Evaluation of Performance aims to recognize, and develop reliable

Vendors/ Suppliers/Contractors/ Consultants so that they consistently meet or exceed

expectations and requirements.

The purpose of this procedure is to put in place a system to monitor performance of

Vendors/ Suppliers/Contractors/ Consultants associated with BCPL in Projects and in

O&M so as to ensure timely completion of various projects, timely receipt of supplies

including completion of works & services for operation and maintenance of operating

plants and quality standards in all respects.

2.0 METHODOLOGY

i) Preparation of Performance Rating Data Sheet

Performance rating data Sheet for each and every Vendor/ Supplier/Contractor/

Consultant for all orders/Contracts with a value of Rs. 7 Lakhs and above is

recommended to be drawn up. These data sheets are to be separately prepared

for orders/ contracts related to Projects and O&M. Format, Parameters, Process,

responsibility for preparation of Performance Rating Data Sheet are separately

mentioned.

ii) Measurement of Performance

Based on the parameters defined in Data Sheet, Performance of concerned

Vendor/ Supplier/Contractor/ Consultant would be computed and graded

accordingly. The measurement of the performance of the Party would be its

ability to achieve the minimum scoring of 60% points in the given parameters.

iii) Initiation of Measures:

Depending upon the Grading of Performance, corrective measures would be

initiated by taking up the matter with concerned Vendor/ Supplier/Contractor/

Consultant. Response of Vendor/ Supplier/Contractor/ Consultant would be

considered before deciding further course of action.

iv) Implementation of Corrective Measures:

Based on the response of Vendor/ Supplier/Contractor/ Consultant, concerned

Engineer-in-Charge for the Projects and/or OIC in case of O&M would

recommend for continuation or discontinuation of such party from the business

of BCPL.

v) Orders/contracts placed on Proprietary/OEM basis for O&M will be evaluated

and, if required, corrective action will be taken for improvement in future.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 51 of 141

3.0 PROCESS OF EVALUATION OF PERFORMANCE OF VENDORS/

SUPPLIERS/ CONTRACTORS/ CONSULTANTS

3.1. FOR PROJECTS

i) Evaluation of performance of Vendors/ Suppliers/Contractors/ Consultants in

case of PROJECTS shall be done immediately with commissioning of any

Project.

ii) On commissioning of any Project, EIC (Engineer-in-charge)/ Project-in-charge

shall prepare a Performance Rating Data Sheet (Format at Annexure-1) for all

Orders and Contracts.

iii) Depending upon the Performance Rating, following action need to be initiated

by Engineer-in-charge/Project-in-charge:

Sl.No. Performance

Rating

Action

1 POOR Seek explanation for Poor performance

2 FAIR Seek explanation for Fair performance

3 GOOD Letter to the concerned for improving

performance in future

4 VERY GOOD No further action

iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be

examined. In case of satisfactory reply, Performance Rating data Sheet to be

closed with a letter to the concerned for improving performance in future.

v) When no reply is received or reasons indicated are unsatisfactory, the following

actions need to be taken:

(A) Where Performance rating is “POOR”:

Recommend such defaulting Vendor/ Supplier/Contractor/ Consultant

for putting on Holiday for a period from one to three years as given

below:

(i) Poor Performance due to reasons other than Quality : One Year

(ii) Poor Performance on account of Quality (if any mark obtained

against Quality parameter is less than 30): Two Years

(iii) Poor Performance leading to termination of contract or

Offloading of contract due to poor performance solely

attributable to Vendor/ Supplier/Contractor/ Consultant or

Repeated Offence: Three Years

Non-performance of a Vendor/Supplier/Contractor/Consultant leading

to termination of Contract/ Order, such Vendor/ Supplier/

Contractor/Consultant are also to be considered for Suspension.

In all such cases, concerned site will put up recommendation for

issuance of SCN and putting the party on suspension list as per process

defined for suspension in “Procedure for Action in case of Corrupt/

Fraudulent/ Collusive/ Coercive Practices”

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 52 of 141

(B) Where Performance rating is “FAIR”:

Recommend for issuance of warning to such defaulting Vendor/

Supplier/Contractor/ Consultant to improve their performance.

3.2. FOR CONSULTANCY JOBS

Monitoring and Evaluation of consultancy jobs will be carried out in the same way as

described in para 3.1 for Projects.

3.3. FOR OPERATION & MAINTENANCE

i) Evaluation of performance of Vendors/ Suppliers/Contractors/ Consultants in

case of Operation and Maintenance shall be done immediately after execution

of order/ contract.

ii) After execution of orders a Performance Rating Data Sheet (Format at

Annexure-2) shall be prepared for Orders by Site C&P and for

Contracts/Services by respective Engineer-In-Charge.

iii) Depending upon Performance Rating, following action need to be initiated by

Site C&P:

Sl. No. Performance Rating Action

1 POOR Seek explanation for Poor performance

2. FAIR Seek explanation for Fair performance

3 GOOD Letter to the concerned for improving

performance in future.

4 VERY GOOD No further action

iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be

examined. In case of satisfactory reply, Performance Rating data Sheet to be

closed with a letter to the concerned for improving performance in future.

v) When no reply is received or reasons indicated are unsatisfactory, the following

actions need to be taken:

A) Where performance rating is “POOR”

Recommend such defaulting Vendor/Supplier/Contractor/ Consultant

for putting on Holiday for a period from one to three years as given

below:

(i) Poor Performance due to reasons other than Quality : One Year

(ii) Poor Performance on account of Quality (if any mark obtained

against Quality parameter is less than 30): Two Years

(iii) Poor Performance leading to termination of contract or

Offloading of contract due to poor performance solely

attributable to Vendor/Supplier/Contractor/Consultant or

Repeated Offence: Three Years

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 53 of 141

Non-performance of a Vendor/Supplier/Contractor/Consultant leading

to termination of Contract/ Order such Vendor/ Supplier/

Contractor/Consultant are also to be considered for Suspension.

In all such cases, concerned site will put up recommendation for

issuance of SCN and putting the party on suspension list as per process

defined for suspension in “Procedure for Action in case of Corrupt/

Fraudulent/ Collusive/ Coercive Practices”

(B) Where Performance rating is “FAIR”

Recommend for issuance of warning to such defaulting

Vendors/Contractors/Consultants to improve their performance.

4.0 EXCLUSIONS:

The following would be excluded from the scope of evaluation of performance of

Vendors/ Suppliers/Contractors/ Consultants:

i) Orders/Contracts below the value of Rs. 7 Lakhs.

ii) One time Vendor/ Supplier/Contractor/ Consultant.

iii) Orders for Misc./Administrative items/ Non stock Non valuated items.

However, concerned Engineer-in-Charge /OICs will continue to monitor such cases so

as to minimize the impact on Projects/O&M plants due to non-performance of Vendors/

Suppliers/Contractors/ Consultants in all such cases.

5.0 REVIEW & RESTORATION OF PARITES PUT ON HOLIDAY

5.1 An order for Holiday passed for a certain specified period shall deemed to have been

automatically revoked on the expiry of that specified period and it will not be necessary

to issue a specific formal order of revocation.

Further, in case Vendor/ Supplier/Contractor/ Consultant is put on holiday due to

quality, and new order is placed on bidder after restoration of Vendor/

Supplier/Contractor/ Consultant, such order will be properly monitored during

execution stage by the concerned site.

6.0 EFFECT OF HOLIDAY

6.1 If a Vendor/ Supplier/Contractor/ Consultant is put on Holiday, such Vendor/

Supplier/Contractor/ Consultant should not be considered in ongoing tenders/future

tenders.

6.2 However, if such Vendor/ Supplier/Contractor/ Consultant is already executing any

other order/ contract and their performance is satisfactory in terms of the relevant

contract, should be allowed to continue till its completion without any further increase

in scope except those incidental to original scope mentioned in the contract. In such a

case CPBG will not be forfeited and payment will be made as per provisions of

concerned contract. However, this would be without prejudice to other terms and

conditions of the contract.

6.3. Effect on other ongoing tendering:

6.3.1 After issue of the enquiry /bid/tender but before opening of Technical bid, the bid

submitted by the party shall be ignored.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 54 of 141

6.3.2 After opening Technical bid but before opening the Price bid, the Price bid of the party

shall not be opened and BG/EMD submitted by the party shall be returned to the party.

6.3.3 After opening of price, BG/EMD made by the party shall be returned; the offer of the

party shall be ignored & will not be further evaluated. If errant party emerges as the

lowest (L1), then such tender shall also be cancelled and re-invited.

7.0 While putting the Vendor/ Supplier/Contractor/ Consultant on holiday as per the

procedure, the holding company, subsidiary, joint venture, sister concerns, group

division of the errant Vendor/ Supplier/Contractor/ Consultant shall not be considered

for putting on holiday list.

Any bidder, put on holiday, will not be allowed to bid through consortium route also in

new tender during the period of holiday.

8.0 If an unsuccessful bidder makes any vexatious, frivolous or malicious complaint against

the tender process with the intention of delaying or defeating any procurement or

causing loss to BCPL or any other bidder, such bidder will be put on holiday for a

period of six months, if such complaint is proved to be vexatious, frivolous or

malicious, after following the due procedure.

9.0 APPEAL AGAINST THE DECISION OF THE COMPETENT AUTHORITY:

(a) The party may file an appeal against the order of the Competent Authority for

putting the party on Holiday list. The appeal shall be filed to Appellate

Authority. Such an appeal shall be preferred within one month from the receipt

of Holiday order.

(b) Appellate Authority would consider the appeal and pass appropriate order

which shall be communicated to the party as well as the Competent Authority.

(c) Appeal process may be completed within 45 days of filing of appeal with the

Appellate Authority.

(d) “Appellate Authority” shall mean Committee of Directors consisting of

Director (Finance) and Director (BD) for works centers under Director

(Projects). For all other cases committee of Directors shall consist of Director

(Finance) & Director (Projects).

10.0 ERRANT BIDDER

In case after price bid opening the lowest evaluated bidder (L1) is not awarded the job

for any mistake committed by him in bidding or withdrawal of bid or modification of

bid or varying any term in regard thereof leading to re-tendering, BCPL shall forfeit

EMD paid by the bidder and such bidders shall be debarred from participation in re-

tendering of the same job(s)/item(s).

Further, such bidder will be put on ‘holiday’ for a period of six months after following

the due procedure.

11.0 In case Service Tax department brings to the notice of BCPL that a Party has not paid

to the credit of the Government the Service Tax collected from BCPL, then party will

be put on holiday for a period of six months after following the due procedure.

____________________________________________________________________

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 55 of 141

Annexure-I

BRAHMAPUTRA CRACKER AND POLYMER LIMITED

PERFORMANCE RATING DATA SHEET

(FOR PROJECTS/ CONSULTANCY JOBS)

i) Project/Work Centre :

ii) Order/ Contract No. & date :

iii) Brief description of Items :

Works/Assignment

iv) Order/Contract value (Rs.) :

v) Name of Vendor/Supplier/ :

Contractor/ Consultant

vi) Contracted delivery/ :

Completion Schedule

vii) Actual delivery/ :

Completion date

Performance

Parameter

Delivery/ Completion

Performance

Quality

Performance

Reliability

Performance#

Total

Maximum Marks 40 40 20 100

Marks Allocated

Note:

Remarks (if any)

PERFORMANCE RATING (**)

Note:

(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance or

deviation beyond contract payment term or seeking direct payment to the sub-

vendor/sub-contractor due to financial constraints, then ‘0’ marks should be allotted

against Reliability Performance.

(*) Allocation of marks should be as per enclosed instructions

(**) Performance rating shall be classified as under:

Sl.No. Range (Marks) Rating Signature of

Authorised Signatory:

Name:

Designation:

1 60 & below POOR

2 61-75 FAIR

3 76-90 GOOD

4 More than 90 VERY

GOOD

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 56 of 141

Instructions for allocation of marks

1. Marks are to be allocated as under:

1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Delay in Weeks Marks

Completion Schedule

a) Up to 3 months Before CDD 40

Delay up to 4 weeks 35

Delay up to 8 weeks 30

Delay up to 10 weeks 25

Delay up to 12 weeks 20

Delay up to 16 weeks 15

More than 16 weeks 0

b) Above 3 months Before CDD 40

Delay up to 4 weeks 35

Delay up to 8 weeks 30

Delay up to 10 weeks 25

Delay up to 16 weeks 20

Delay up to 20 weeks 15

Delay up to 24 weeks 10

More than 24 weeks 0

1.1 QUALITY PERFORMANCE 40 Marks

For Normal Cases: No Defects/ No Deviation/ No failure: 40 marks

i) Rejection/Defects Marks to be allocated on 10 marks

prorata basis for acceptable

quantity as compared to total

quantity for normal cases

ii) When quality Failure of severe nature 0 marks

failure endanger - Moderate nature 5 marks

system integration - low severe nature 10-25 marks

and safety of the

system

iii) Number of 1. No deviation 5 marks

deviations 2. No. of deviations < 2 2 marks

3. No. of deviations > 2 0 marks

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 57 of 141

1.3 RELIABILITY PERFORMANCE 20 Marks

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement, PBG, Drawings and

other documents within time

4 marks

ii) Mobilization of resources as per Contract and in time

4 marks

iii) Liquidation of Check-list points 4 marks

iv) Compliance to statutory and HS&E requirements

or

Reliability of Estimates/Design/Drawing etc. in case of

Consultancy jobs

4 marks

v) Timely submission of estimates and other documents for Extra,

Substituted & AHR items

4 marks

B. FOR SUPPLIES

i) Submission of order acceptance, PBG, Drawings and other

documents within time

5 marks

ii) Attending complaints and requests for after sales service/

warranty repairs and/ or query/ advice (upto the evaluation

period).

5 marks

iii) Response to various correspondence and conformance to

standards like ISO

5 marks

iv) Submission of all required documents including Test Certificates

at the time of supply

5 marks

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 58 of 141

Annexure-II

BRAHMAPUTRA CRACKER AND POLYMER LIMITED

PERFORMANCE RATING DATA SHEET

(FOR O&M)

i) Location :

ii) Order/ Contract No. & date :

iii) Brief description of Items :

Works/Assignment

iv) Order/Contract value (Rs.) :

v) Name of Vendor/Supplier/ :

Contractor/ Consultant

vi) Contracted delivery/ :

Completion Schedule

vii) Actual delivery/ :

Completion date

Performance

Parameter

Delivery/ Completion

Performance

Quality

Performance

Reliability

Performance#

Total

Maximum Marks 40 40 20 100

Marks Allocated

Note:

Remarks (if any)

PERFORMANCE RATING (**)

Note:

(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance or

deviation beyond contract payment term or seeking direct payment to the sub-

vendor/sub-contractor due to financial constraints, then ‘0’ marks should be allotted

against Reliability Performance.

(*) Allocation of marks should be as per enclosed instructions

(**) Performance rating shall be classified as under:

Sl.No. Range (Marks) Rating Signature of

Authorised Signatory:

Name:

Designation:

1 60 & below POOR

2 61-75 FAIR

3 76-90 GOOD

4 More than 90 VERY

GOOD

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 59 of 141

Instructions for allocation of marks (For O&M)

1. Marks are to be allocated as under:

1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Delay in Weeks Marks

Completion Schedule

a) Up to 3 months Before CDD 40

Delay up to 4 weeks 35

Delay up to 8 weeks 30

Delay up to 10 weeks 25

Delay up to 12 weeks 20

Delay up to 16 weeks 15

More than 16 weeks 0

b) Above 3 months Before CDD 40

Delay up to 4 weeks 35

Delay up to 8 weeks 30

Delay up to 10 weeks 25

Delay up to 16 weeks 20

Delay up to 20 weeks 15

Delay up to 24 weeks 10

More than 24 weeks 0

1.1 QUALITY PERFORMANCE 40 Marks

For Normal Cases: No Defects/ No Deviation/ No failure: 40 marks

i) Rejection/Defects Marks to be allocated on 10 marks

prorata basis for acceptable

quantity as compared to total

quantity for normal cases

ii) When quality Failure of severe nature 0 marks

failure endanger - Moderate nature 5 marks

system integration - low severe nature 10-25 marks

and safety of the

system

iii) Number of 1. No deviation 5 marks

deviations 2. No. of deviations < 2 2 marks

3. No. of deviations > 2 0 marks

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 60 of 141

1.3 RELIABILITY PERFORMANCE 20 Marks

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement, PBG, Drawings and

other documents within time

4 marks

ii) Mobilization of resources as per Contract and in time

4 marks

iii) Liquidation of Check-list points 4 marks

iv) Compliance to statutory and HS&E requirements

or

Reliability of Estimates/Design/Drawing etc. in case of

Consultancy jobs

4 marks

v) Timely submission of estimates and other documents for Extra,

Substituted & AHR items

4 marks

B. FOR SUPPLIES

i) Submission of order acceptance, PBG, Drawings and other

documents within time

5 marks

ii) Attending complaints and requests for after sales service/

warranty repairs and/ or query/ advice (upto the evaluation

period).

5 marks

iii) Response to various correspondence and conformance to

standards like ISO

5 marks

iv) Submission of all required documents including Test Certificates

at the time of supply

5 marks

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 61 of 141

ANNEXURE-III

(INSTRUCTIONS FOR PARTICIPATION IN E-TENDER) (Ready Reckoner to Participate in BCPL e-tender through CPP Portal of NIC)

1. General:

This section contains detailed instructions regarding bid submission procedure under BCPL’s

e-tender under NIC CPP Portal system. Bidders are required to read the following instructions

in addition to various instructions mentioned elsewhere in the bid document for e-tendering,

Ready Reckoner and FAQs etc. The instructions mentioned herein related to bid submission

procedure shall supersede and shall prevail over the conditions enumerated elsewhere in the

bid/tender document.

Bidders who wish to participate in e-tenders must go through the following in BCPL website

in tender section:-

1) “Guideline for Bidder enrolment process to Participate in BCPL e-tender through CPP

Portal of NIC”.

2) “Ready Reckoner to Participate in BCPL e-tender through CPP Portal of NIC.

3) “Bidder Manual Kit”

which contains instructions in respect of e-Tendering essentially covering security settings

required for bidder’s PC / Laptop, uploading and checking the status of digital signature in the

bidder’s PC / Laptop, obtaining unique login ID and password, re-setting the password,

downloading of Tender document and uploading of Offer/Bid etc. Further, the

troubleshooting issues are also available in the form of FAQs (link given in website) which can

be downloaded from E-Tender Portal (https://eprocure.gov.in/eprocure/app).

2. About E-Tender Portal (Web):

BCPL’s e-tender under NIC CPP Portal system enabling bidders to Search, View, Download

tender document(s) directly from the portal https://eprocure.gov.in/cppp/ (referred

hereunder as “E-Tender Portal”) and also enables the bidders to participate and submit online

prices directly in the e-tender portal or uploading of SOR/Price Schedule (Price Bid) in note

and attachment folder, as applicable and technical bids in secured and transparent manner

maintaining absolute confidentiality and security throughout the tender evaluation process

and award.

3. Pre-requisite for participation in bidding process:

The following are the pre-requisite for participation in e-Tendering Process:

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 62 of 141

3.1 PC/Laptop with Windows OS, Internet Explorer:

Bidder must possess a PC / Laptop with Windows 7 professional operating system and

Internet Explorer 9 or above for hassle free bidding. Bidder must go through the system

setting as mentioned in Resources required (go to https://eprocure.gov.in/eprocure/app →

click downloads → click resources) and also refer Trouble Shooting (go to

https://eprocure.gov.in/eprocure/app → click bidder Manual kit → click Trouble shooting).

3.2 Internet Broadband Connectivity:

The Bidder must have a high speed internet connectivity (preferably Broadband) to access

NIC Portal for downloading the Tender document and uploading/submitting the Bids.

3.3 A valid e-mail Id of the Organization/Firm:

Bidder must possess an e-mail ID, preferably of the Organisation (in case of a

company)/Individual (in case of proprietorship concern)/Partner having Power of Attorney (in

case of a partnership firm) to create login ID. The e-mail ID should not be changed frequently.

All communication related to e-tendering including system generated mails shall be sent on

this e-mail Id only. The communication to bidder is fully automated through the system and

hence email-ID of bidder is very important for online communication with bidder during

various stages of tendering process and should be preferably common e-mail Id of the

Organisation.

3.4 User ID and Password for new Bidder(s):

To participate in the bidding process, it is mandatory on the part of bidder(s) to have user ID

and password. Without user ID (Login ID) and password, bidders cannot participate in e-

tender. There will be single login ID for a bidder/vendor code. To obtain User ID and Password

Vendor/Bidder must visit https://eprocure.gov.in/eprocure/app site and perform the

following steps:

i) Click on Online bidder enrolment (For new Bidders)

ii) Fill the on line self-registration form and submit. Ensure that the e-mail address

given in the form is valid and active.

iii) Ensure that all the mandatory fields (identified with a * mark) are filled in the self-

registration form for User Id creation.

Steps for creating user id & Password is available in file name “steps by steps guide for online

Bidder enrolment process” in BCPL website.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 63 of 141

3.5 Procedure for change of E-mail ID of the Bidder:

Login E-Mail ID cannot be changed.

3.6 About Digital Signature:

(I) What is a Digital Signature?

This is a unique digital code which can be transmitted electronically and primarily identifies a

unique sender. The objective of digital signature is to guarantee that the individual sending

the message is who he or she really claims to be just like the written signature. The Controller

of Certifying Authorities of India (CCA) has authorized certain Certifying Authorities (CA) to

issue Digital Certificates. Digitally signed documents are legally valid as per the Indian IT Act

2000. One Digital Certificate is valid for a specified period and can be used for digitally signing

any number of documents. For details go to https://eprocure.gov.in/eprocure/app → click

Information about DSC.

Only Class 3b Digital Signature is acceptable where individual are using their digital signature

on behalf of the organization and digital signature should be in the name of authorized

signatory who has signed the bid on behalf of bidder.

(II) Why Digital Signature is required?

In order to bid for NIC e-tenders, bidders are required to obtain a legally valid Digital

Certificate as per Indian IT Act 2000 from the licensed Certifying Authorities (CA) operating

under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA)

of India.

(III) How to obtain Digital Signatures from Certifying Authority (CA)?

Valid Digital Certificate (class 3b) can be obtained from Certifying Agency (C.A).

Information about CA’s can be obtained through CCA India website

(http://www.cca.gov.in).

Digital Signatures can be obtained using following steps:

a) Visit the site of the licensed CA* using internet browser.

b) Follow the instructions on the CA’s website for submission of requisite documents for issue

of the Digital Certificate and making payment.

*Links to some of the licensed CA's are provided below: 1. http://www.ncodesolutions.com

2. http://www.sifycorp.com

3. http://www.tcs-ca.tcs.co.in

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 64 of 141

4. http://www.e-mudhra.com

5. http://www.nicca.nic.in

6. www.idrbtca.org.in

For foreign bidder please refer:- https://eprocure.gov.in/eprocure/app then click on

download – where procedure for obtaining DSC for Foreign Bidders is given.

4. How to submit On-line Bids/Offers electronically against E-tenders?

Bidders who wish to participate against e-tenders uploaded on BCPL’s e-tender under NIC CPP Portal website (https://eprocure.gov.in/cppp/) (e-tender portal) should follow the steps Mentioned in the “Bidders Manual Kit ” available on BCPL website / (go to https://eprocure.gov.in/eprocure/app → click Bidder manual kit) which shall guide them to Search, Display/View, Download and Submit electronic Bids/Offers online in a secured manner ensuring confidentiality. Bidder can also download the tender documents from BCPL websites, but they must have to quote through e-mode only (CPP Portal).

5. How to search, view and download e-tender?

Explained in Bidders Manual Kit which is available in BCPL website.

8.0 Content of Bid:

8.1 Un-Priced Bid:

The Un-priced Bid - “SOR” (i.e. Part I – Technical Bid, refer ITB of tender for details) to be

uploaded using Link “TECHNICAL DOCUMENT”. Bidders are advised to not upload duly filled

Schedule of Rates/Price Schedule (Price Bid) at this link. For detailed instructions, Bidders

Manual Kit which is available in BCPL website for bidders may be referred.

Before the bid is uploaded, the bid comprising of all relevant documents mentioned in the

tender document should be digitally signed in accordance with the Indian IT Act 2000. If any

modifications are required to be made to a document thereafter the modified documents

shall be again digitally signed before uploading.

Bidders are required to upload all Tender forms and supporting documents which form part

of the bid/tender under tender document of e-tender portal.

Uploading the documents relevant to bid before the bid submission date and time is the sole

responsibility of the bidder. No Manual/Hard copy of bid is acceptable. Bids submitted

manually shall be rejected.

Bidders are required to submit the Earnest Money Deposit (EMD)/Bid Bond in original in the

prescribed formats and in the manner prescribed in the tender document at the time of bid

submission in sealed envelope.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 65 of 141

However, if the bidder is unable to submit EMD/Bid Bond in original on the due date, he may

upload scanned copy of the EMD/Bid Bond while submitting the bid electronically, provided

the original EMD/Bid Bond, copy of which has been uploaded, is received within 7 (seven)

days from the date of unpriced bid opening, failing which the bid will be rejected irrespective

of their status / ranking in tender and notwithstanding the fact that a copy.

The complete bid (each page) shall be continuously numbered in sequence, from start till end

i.e. 1, 2, 3… n. The bid shall be uploaded along with proper index and indicating page numbers

against each category of documents.

Note:

i) Bidder may save/store the bid documents in the PC/Laptop before submitting the

bid into in e-tender portal.

ii) Bidder is required to fill up the price(s)/rate(s) strictly in the Schedule of Rate

(SOR)/Price Schedule attached with the tender.

Inadvertently, if a document is uploaded in by the bidders, such document can be deleted by

the bidder and can be replaced by a digitally signed new/modified document prior to due date

& time.

Un-priced techno-commercial bid document should be placed in the private area earmarked

in the C-folder of Tender Document in e-tender portal.

8.2 Priced Bid:

The Priced Bid (i.e. Part II – Price Bid, refer ITB for details) to be uploaded using “FINANCE

ATTACHMENTS” and NOT using link “TECHNICAL DOCUMENT”. Bidders are advised not to

upload any other documents and same shall be ignored. For detailed instructions, refer

tender document and Ready Reckoner.

BCPL shall not be responsible for any failure on the part of the bidder in submission of Priced

Bid and the manner prescribed elsewhere in this instruction sheet in tender documents.

9. E-Tender demo during pre-bid conference:

During the Pre-Bid Conference, BCPL shall also arrange demonstration for submission of bids

in e-tender portal for interested bidders.

10. Submission of documents:

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 66 of 141

Bidders are requested to upload small sized documents preferably (up to 25 MB) at a time to

facilitate easy uploading into e-tender portal. BCPL shall not be responsible in case of failure

of the bidder to upload documents/bids within specified time of tender submission.

11. Last date for submission of bids:

System does not allow for submission or modification of bids beyond the deadline for bid

submission. However, if the bidder for some reason intends to change the bid already

entered, he may change/revise the same on or before the last date and time of submission.

The system time displayed on NIC’s e-tender webpage shall be final and binding on the

bidders for all purposes pertaining to various events of the subject tender and no other time

shall be taken into cognizance.

Bidders are advised in their own interest to ensure that bids are uploaded in e-tender system

well before the closing date and time of bid.

12. Internet connectivity:

If bidders are unable to access BCPL’s e-tender under NIC CPP Portal system or Bid

Documents, the bidders may please check whether they are using proxy to connect to

internet or their PC is behind any firewall and may contact their system administrator to

enable connectivity. Please note that Port SSL/443 should be enabled on proxy/firewall for

HTTPS connectivity. Dial-up/Broad band internet connectivity without Proxy settings is

another option.

13. Help to Contractors:

For special instructions to bidders / contractors Please visit https://eprocure.gov.in/eprocure/app → click Help to contractors. 14. FAQ:

For various frequently asked question Please visit https://eprocure.gov.in/eprocure/app → click FAQ. 15. e-Brochure:

For e-brochure Please visit https://eprocure.gov.in/eprocure/app → click Downloads → click e brochure (details & general). 16. DSC for Foreign Bidders:

For DSC for foreign bidders Please visit - https://eprocure.gov.in/eprocure/app → click Downloads → click DSC for foreign bidders.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 67 of 141

17. System Malfunction Procedure:

For system malfunction procedure Please visit - https://eprocure.gov.in/eprocure/app → click Downloads → system malfunction procedure. 18. IT Resources:

For various IT resources Please visit → https://eprocure.gov.in/eprocure/app → click Downloads --- Resources required. (Download Java for system compatibility). 19. Form for DSC Deactivation for bidders:

For DSC deactivation Please visit - https://eprocure.gov.in/eprocure/app → click Downloads → Form for DSC deactivation for bidders. 20. Search Tender for Guest Users: For tender search Please visit - https://eprocure.gov.in/eprocure/app → click on Tenders by Location / Tenders by Organization / Tenders by classifications / Tenders by Archive.

21.Check list / Quick View Summary:

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 68 of 141

For various queries, manual, FAQs and information may please refer the link https://eprocure.gov.in/eprocure/app

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 69 of 141

# In Help to contractor’s users will get: Special Instructions to the Contractors/Bidders for the e-

submission of the bids online through this eProcurement Portal.

# In Information about DSC user will get: Frequently Asked Questions on Digital Signature Certificate.

# In FAQ user will get various FAQ related to: a) GENERAL Q&A about e-procurement.

b) On line enrolment Q&A c) Password related Q&A d) DSC related Q&A e) Tender related Q&A f) Security related Q&A g) Foreign bidder related Q&A h) User account related Q&A

# Feedback: Users to give their feedback to NIC. # Bidder manual kit: Bidder will get various manuals for the following:

1 Notice to Bidders notice_to_bidders.pdf

2 Registration of Bidders bidder_registration.pdf

3 Uploading of My Documents my_documents.pdf

4 Online e-Bid Submission two_cover_bid_submission.pdf

three_cover_bid_submission.pdf

four_cover_bid_submission.pdf

single_cover_bid_submission.pdf

5 Online Bid Withdrawal bid_withdrawal.pdf

6 Online Bid Re-submission bid_resubmission.pdf

7 Clarifications (Tender Status, My Archive...) enquiry.pdf

8 Trouble Shooting troubleshoot_document.pdf

9 BoQ Preparation Guidelines BoQ_Help_Bidder_ItemRate.pdf

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 70 of 141

BoQ_Help_Bidder_ItemWise_Tax.pdf

BoQ_Help_Bidder_Percentage.pdf

HELP DESK (BCPL) Phone : 0373-2914582 (only for e-tender queries) Mobile : 8811017320 Email : [email protected] HELP DESK (NIC) Phone : 1800-233-7315, 0120-4200462, 0120-4001002 (only for e-tender queries) Mobile : 8826246593 Email : [email protected] --------------------------------------------------------------X--------------------------------------------------------------

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 71 of 141

ANNEXURE-IV

BIDDING DATA SHEET (BDS)

ITB TO BE READ IN CONJUNCTION WITH THE FOLLOWING:

A. GENERAL

ITB clause Description

1.2

The Invitation for Bids/ Tender no is :

TENDER NO.: BCPL/C&P/LE16W231OR/00318

1.1 The Employer/Owner is: M/s Brahmaputra Cracker & Polymer Limited

2.1 Name of the Contract: HIRING OF SERVICE CONTRACT FOR

OPERATIONAL ASSISTANCE IN CRACKER UNIT (PART-A) & GSU

(PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR

3 BIDS FROM CONSORTIUM/ JOINT VENTURE

APPLICABLE

NOT APPLICABLE

5.2.1 Demand Draft/ Banker’s Cheque towards Tender fee (if applicable) shall be in

favour of Brahmaputra Cracker & Polymer Ltd. payable at ____________

B. BIDDING DOCUMENT

ITB clause Description

8.1 For clarification purposes only, the communication address is:

Attention:

Ms.Olivia Rajkumari, Dy. Manager (C&P) /

Street Address:

Brahmaputra Cracker and Polymer Limited (A Government of India

Enterprise), C&P Department, Administrative Building, PO: Lepetkata, Distt.:

DIBRUGARH, Assam, Pin Code:786006, Phone no. 0373 2914636.Email id:

[email protected];

NO

YES

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 72 of 141

C. PREPARATION OF BIDS

ITB clause Description

11.1.1 (u)

The Bidder shall submit with its Techno-commercial/ Unpriced bid the

following additional documents (SCC Refers):

NIL

12

Additional Provision for Schedule of Rate/ Bid Price are as under:

14 The currency of the Bid shall be INR

15 The bid validity period shall be three months from final 'Bid Due Date'.

16 In case 'Earnest Money / Bid Security' is in the form of 'Demand Draft' or

'Banker's Cheque', the same should be favor of Brahmaputra Cracker &

Polymer Ltd., payable at ___________

D. SUBMISSION AND OPENING OF BIDS

ITB clause Description

18 In addition to the original of the Bid, the number of copies required is one.

Not applicable in case of e-tendering.

22 The E-Tender No. of this bidding process is:

BCPL/C&P/LE16W231OR/00318

22.3 For submission of EMD only, the Owner’s address is :

Attention:

Ms. Olivia Rajkumari, Dy. Manager (C&P) /

Street Address:

Brahmaputra Cracker and Polymer Limited (A Government of India

Enterprise), C&P Department, Administrative Building, PO: Lepetkata, Distt.:

DIBRUGARH, Assam, Pin Code:786006, Phone no. 0373 2914636.Email id:

[email protected];

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 73 of 141

26 The bid opening shall take place at:

Street Address:

Brahmaputra Cracker and Polymer Limited (A Government of India

Enterprise), C&P Department, Administrative Building, PO: Lepetkata,

Distt.DIBRUGARH, Assam, Pin Code:786006, Phone no. 0373

2914636.Email id: [email protected];

Date: 24.03.2017

Time: 15:00 Hrs.

E. EVALUATION, AND COMPARISON OF BIDS

ITB clause Description

32 Evaluation Methodology is mentioned in Annexure-II.

33 Compensation for Extended Stay:

APPLICABLE

NOT APPLICABLE

F. AWARD OF CONTRACT

ITB clause Description

37 State of which stamp paper is required for Contract Agreement:

State: Assam

38 Contract Performance Security/ Security Deposit

Applicable: As specified in Section –II of tender document.

APPLICABLE

NOT APPLICABLE

40 Public Procurement Policy for MSEs :

APPLICABLE

NOT APPLICABLE

NO

YES

YES

NO

YES

NO

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 74 of 141

Whether tendered item is non-split able or not-divisible :

YES

NO

41 Provision of AHR Item :

APPLICABLE

NOT APPLICABLE

Clause no.

27.3 of GCC

Bonus for Early Completion:

APPLICABLE

NOT APPLICABLE

======================================================================================

YES

NO

YES

NO

NO

YES

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 75 - of 141

FORMS & FORMAT

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 76 - of 141

LIST OF FORMS & FORMAT

Form No. Description

F-1 BIDDER’S GENERAL INFORMATION

F-2 BID FORM

F-3 LIST OF ENCLOSURES

F-4 PROFORMA OF "BANK GUARANTEE" FOR "EARNEST

MONEY / BID SECURITY"

F-5 LETTER OF AUTHORITY

F-6 NO DEVIATION CONFIRMATION

F-7 DECLARATION REGARDING HOLIDAY/BANNING AND

LIQUIDATION, COURT RECEIVERSHIP ETC.

F-8 CERTIFICATE FOR NON-INVOLVMENT OF GOVT. OF INDIA

F-9 PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT

PERFORMANCE SECURITY / SECURITY DEPOSIT"

F-10 AGREED TERMS & CONDITIONS

F-11 ACKNOWLEDGEMENT CUM CONSENT LETTER

F-12 UNDERTAKING ON LETTERHEAD

F-13 BIDDER’S EXPERIENCE

F-14 CHECK LIST

F-15 FORMAT FOR CERTIFICATE FROM BANK

IF BIDDER’S WORKING CAPITAL IS INADEQUATE

F-16 FORMAT FOR CHARTERED ACCOUNTANT CERTIFICATE

FOR FINANCIAL CAPABILITY OF THE BIDDER

F-17 BIDDER'S QUERIES FOR PRE BID MEETING

F-18 E-BANKING FORMAT

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 77 - of 141

F-1

BIDDER'S GENERAL INFORMATION

To,

M/s BRAHMAPUTRA CRACKER AND POLYMER LIMITED

___________________

SUB: HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA

FOR ONE YEAR

E-Tender No.: BCPL/C&P/LE16W231OR/00318

1 Bidder Name

(With Contact Person Name & Details)

2 Status of Firm Proprietorship Firm/Partnership firm/

Limited/Others

If Others Specify:_________________

[Enclose certificate of Registration]

3 Name of Proprietor/Partners/Directors

of the firm/company

4 Number of Years in Operation

5 Address of Registered Office:

*In case of Partnership firm, enclose

letter mentioning current address of the

firm and the full names and current

addresses of all the partners of the firm.

City:

District:

State:

PIN/ZIP:

6

Operation Address

(if different from above)

City:

District:

State:

PIN/ZIP:

8 Telephone Number

[Mobile & Landline]

_____________________

(Country Code) (Area Code) (Telephone

No.)

9 E-mail address

10 Website

11 Fax Number: ___________________________________

(Country Code) (Area Code) (Telephone

No.)

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 78 - of 141

12 ISO Certification, if any {If yes, please furnish details}

13 Bid Currency

14 Banker’s Name

15 Branch

17 Bank account number

18 PAN No. [Enclose copy of PAN Card]

19 Service Tax No.

[Enclose copy of Service tax Registration

Certificate]

20 EPF Registration No.

[Enclose copy of EPF Registration Certificate

21 We (Bidder) are cover under the

definition of section 2 (n) of the

MSMED Act

Yes / No

(If the response to the above is ‘Yes”, Bidder to

provide Purchaser a copy of the Entrepreneurs

Memorandum (EM) filled with the authority

specified by the respective State Government.)

22 Whether Micro/Small Enterprise (Bidder to submit documents as specified it ITB)

23 Type of Entity Corporate/ Non-Corporate (As per Service tax

Act).

(In case of Non-Corporate Entity, bidder will

submit documentary evidence for same).

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 79 - of 141

F-2

BID FORM

To,

M/s BRAHMAPUTRA CRACKER AND POLYMER LIMITED ___________________

SUB: “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA

FOR ONE YEAR”

E-Tender NO.: BCPL/C&P/LE16W231OR/00318

Dear Sir,

After examining / reviewing the Bidding Documents for the tender of

“_________________________________________________________________ including

"Specifications & Scope of Work", "General Conditions of Contract [GCC]", "Special Conditions of

Contract [SCC]" and "Schedule of Rates [SOR]", etc. the receipt of which is hereby duly

acknowledged, we, the undersigned, are pleased to offer to execute the whole part of the job and in

conformity with the said Bid Documents, including Addenda / Corrigenda Nos. ____________.

We confirm that this Bid is valid for a period of "three [03] months" from the date of opening of

"Techno-Commercial / Un-priced Bid", and it shall remain binding upon us and may be accepted by

any time before the expiry of that period.

If our Bid is accepted, we will provide the "Contract Performance Security / Security Deposit" as

specified in Section-II of tender document.

Until a final Agreement/Letter of Award is prepared and executed, the tender document (including

addenda/ corrigenda) together with the "Notification of Award" shall constitute a binding Agreement

between us.

We understand that Bidding Document is not exhaustive and any action and activity not mentioned in

Bidding Documents but may be inferred to be included to meet the intend of the Bidding Documents

shall be deemed to be mentioned in Bidding Documents unless otherwise specifically excluded and we

confirm to perform for fulfillment of Agreement and completeness of the Work in all respects within

the time frame and agreed price.

We understand that you are not bound to accept the lowest priced or any Bid that you may receive.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Duly authorized to sign Bid for and on behalf of ____________________________________

[Signature of Witness]

Name of Witness:

Address:

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 80 - of 141

F-3

LIST OF ENCLOSURES

To,

M/s BRAHMAPUTRA CRACKER AND POLYMER LIMITED

___________________

SUB: “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA

FOR ONE YEAR”

E-Tender NO.: BCPL/C&P/LE16W231OR/00318

Dear Sir,

We are enclosing the following documents as part of the bid:

1. Power of Attorney of the signatory to the Bidding Document.

2. Document showing annual turnover for the last three years such as annual reports, profit

and loss account, net worth etc. along with information as sought in enclosed format F-

16

3. Document showing Financial Situation Information as sought in enclosed format F-16

4. Copy of Bidding Documents along with addendum/corrigendum duly signed and sealed

on each page, in token of confirmation that Bid Documents are considered in full while

preparing the bid and in case of award, work will be executed in accordance with the

provisions detailed in Bid Documents.

5. Documentary Evidences showing the Bidder’s claim of meeting Technical Criteria as

mentioned in Clause 4 of ITB.

6. EMD / Bid Bond*

7. Tender Fee*

8. Power of Attorney*

9. Duly certified document from chartered engineer and or chartered accountant.

Note:

* In case of e-bidding the bidder has the option to submit specified documents in physical form

on/before the bid due date or within seven days from the bid opening date.

However, scanned copy of these (same) documents must be submitted on-line as part of e-bid

before the bid due date/time.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 81 - of 141

F-4

PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

(To be stamped in accordance with the Stamp Act)

Ref.:---------------- Bank Guarantee No.:-------------------------------- Date--------------------------

To

BRAHMAPUTRA CRACKER & POLYMER LTD.

“ADMINISTRATIVE BUILDING” LEPETKATA,

NH-37, P.O. LEPETKATA, DIBRUGARH,

ASSAM, PIN – 786 006

SUB: “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA

FOR ONE YEAR”

E-Tender NO.: BCPL/C&P/LE16W231OR/00318

Dear Sir (s),

In accordance with Letter inviting Tender under your reference No.---------------------------

M/s--------------------------------------------------------------------------------------having their Registered/Head

Office at----------------------------------------------------------- (hereinafter called the Tenderer) wish to participate

in the said tender for-----------------------------------------------------------------------------------------------------------

------------------------------------

As an irrevocable Bank Guarantee against Earnest Money Deposit for an amount of ---------is required to be

submitted by the Tenderer as a condition precedent for participation in the said Tender which amount in liable

to be for forfeited on the happening of any contingencies mentioned in the Tender Document.

We, the -------------------------------------------------Bank at---------------------------------having our Head Office -

-----------------------------------------------------------------------------(Local Address) guarantee and undertake to

pay immediately on demand without any recourse to the tenderers by Brahmaputra Cracker & Polymer

Limited., the amount --------------------------------------------------------------------------------without any

reservation, protest, demur and recourse. Any such demand made by BCPL, shall be conclusive and binding

on us irrespective of any dispute or difference raised by the Tenderer.

This guarantee shall be irrevocable and shall remain, valid up to------------------------------- . [this date should be

two (02) months beyond the validity of the bid] If any further extension of this guarantee is required the same

shall be extended to such required period on receiving instructions from M/s------------------------------------------

------------------------------------- on whose behalf this guarantee is issued.

In Witness whereof the Bank, through its authorized officer, has set its hand and stamp on this -----------------

------------------day of -------------------------201 ----- at --------------------------

WITNESS:

(SIGNATURE) (SIGNATURE)

(NAME): (NAME)

Designation with Bank Stamp

(OFFICIAL ADDRESS): Attorney as per

Power of Attorney No._____________________

Date: _________________________

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 82 - of 141

INSTRUCTIONS FOR FURNISHING "BID SECURITY / EARNEST MONEY" BY

"BANK GUARANTEE"

1. The Bank Guarantee by Bidders will be given on non-judicial stamp paper as per "Stamp

Duty" applicable. The non-judicial stamp paper should be in the name of the issuing

Bank. In case of foreign Bank, the said Bank's Guarantee to be issued by its

correspondent Bank in India on requisite non-judicial stamp paper

2. The expiry date should be arrived at in accordance with "ITB: Clause-15.1".

3. The Bank Guarantee by bidders will be given from Bank as specified in "ITB".

4. A letter from the issuing Bank of the requisite Bank Guarantee confirming that said

Bank Guarantee / all future communication relating to the Bank Guarantee shall be

forwarded to the Employer at its address as mentioned at "ITB".

5. Bidders must indicate the full postal address of the Bank along with the Bank's E-mail /

Fax / Phone from where the Earnest Money Bond has been issued.

6. If a Bank Guarantee is issued by a commercial Bank, then a letter to Employer

confirming its net worth is more than Rs.1,000,000,000.00 [Rupees One Hundred

Crores] or equivalent along with documentary evidence.

…………………………………………..

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 83 - of 141

F-5

LETTER OF AUTHORITY

[Pro forma for Letter of Authority for Attending Subsequent 'Negotiations' / 'Pre-Bid

Meetings' /'Un-priced Bid Opening' / 'Price Bid Opening']

Ref: Date:

To,

M/s BRAHMAPUTRA CRACKER AND POLYMER LIMITED

___________________

SUB: “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA

FOR ONE YEAR”

E-Tender NO.: BCPL/C&P/LE16W231OR/00318

Dear Sir,

I/We, _____________________________________ hereby authorize the following

representative(s) for attending any 'Negotiations' / 'Meetings [Pre-Bid Meeting]', 'Un-priced

Bid Opening', 'Price Bid Opening' and for any subsequent correspondence / communication

against the above Bidding Documents:

[1] Name & Designation ____________________ Signature ___________________

Phone/Cell:

Fax:

E-mail: ………………………………….. @ ………………………………

[2] Name & Designation ____________________ Signature ___________________

Phone/Cell:

Fax:

E-mail: ……………………………………….. @ ………………………………

We confirm that we shall be bound by all commitments made by aforementioned authorised

representative(s).

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Note: This "Letter of Authority" should be on the "letterhead" of the Firm / Bidder and should be signed

by a person competent and having the 'Power of Attorney' to bind the Bidder. Not more than 'two [02]

persons per Bidder' are permitted to attend "Techno-commercial / Un-priced" & "Price Bid" Openings.

Bidders authorized representative is required to carry a copy of this authority letter while attending the

un-priced and priced bid opening, the same shall be submitted to BCPL.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 84 - of 141

F-6

"NO DEVIATION" CONFIRMATION

To,

M/s BRAHMAPUTRA CRACKER AND POLYMER LIMITED

___________________

SUB: “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA

FOR ONE YEAR”

E-Tender NO.: BCPL/C&P/LE16W231OR/00318

Dear Sir,

We understand that any 'deviation / exception' in any form may result in rejection of Bid. We,

therefore, certify that we have not taken any 'exception / deviation' anywhere in the Bid and we

agree that if any 'deviation / exception' is mentioned or noticed, our Bid may be rejected.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 85 - of 141

F-7

DECLARATION REGARDING HOLIDAY/BANNING AND LIQUIDATION, COURT

RECEIVERSHIP

To,

M/s BRAHMAPUTRA CRACKER AND POLYMER LIMITED

___________________

SUB: “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA

FOR ONE YEAR”

E-Tender NO.: BCPL/C&P/LE16W231OR/00318

Dear Sir,

We hereby confirm that we are not on ‘Holiday’ by GAIL/BCPL or Public Sector Project

Management Consultant (like EIL, Mecon only due to “poor performance” or “corrupt and

fraudulent practices”) or banned by Government department/ Public Sector on due date of

submission of bid.

Further, we confirm that neither we nor our allied agency/(ies) (as defined in the Procedure for

Action in case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices) are on banning list of

BCPL/GAIL or the Ministry of Petroleum and Natural Gas.

We also confirm that we are not under any liquidation, court receivership or similar

proceedings or 'bankruptcy'.

In case it comes to the notice of BCPL that the bidder has given wrong declaration in this

regard, the same shall be dealt as ‘fraudulent practices’ and action shall be initiated as per the

Procedure for action in case of Corrupt/Fraudulent/Collusive/Coercive Practices.

Further, we also confirm that in case there is any change in status of the declaration prior to

award of contract, the same will be promptly informed to BCPL by us.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 86 - of 141

F-8

CERTIFICATE FOR NON-INVOLVMENT OF GOVT. OF INDIA

To,

M/s BRAHMAPUTRA CRACKER AND POLYMER LIMITED

___________________

SUB: “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA

FOR ONE YEAR”

E-Tender NO.: BCPL/C&P/LE16W231OR/00318

Dear Sir,

If we become a successful Bidder and pursuant to the provisions of the Bidding Documents,

award is given to us for the tender for “

_____________________________________________________”, the following Certificate

shall be automatically enforceable:

"We agree and acknowledge that the Employer is entering into the Agreement solely on its

own behalf and not on behalf of any other person or entity. In particular, it is expressly

understood & agreed that the Government of India is not a party to the Agreement and has

no liabilities, obligations or rights thereunder. It is expressly understood and agreed that the

Employer is authorized to enter into Agreement, solely on its own behalf under the

applicable laws of India. We expressly agree, acknowledge and understand that the

Employer is not an agent, representative or delegate of the Government of India. It is further

understood and agreed that the Government of India is not and shall not be liable for any

acts, omissions, commissions, breaches or other wrongs arising out of the Agreement.

Accordingly, we hereby expressly waive, release and forego any and all actions or claims,

including cross claims, VIP claims or counter claims against the Government of India

arising out of the Agreement and covenants not to sue to Government of India as to any

manner, claim, cause of action or things whatsoever arising of or under the Agreement."

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 87 - of 141

F-9

PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT PERFORMANCE

SECURITY / SECURITY DEPOSIT"

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

To,

M/s BRAHMAPUTRA CRACKER AND POLYMER LIMITED

______________________________________

PERFORMANCE GUARANTEE No.

Dear Sir(s),

M/s. __________________________________________________________________ having

registered office at _______________________ (herein after called the “contractor/supplier”

which expression shall wherever the context so require include its successors and assignees) have

been placed/ awarded the job/work of _______________________________________________

vide PO/LOA/FOA No. _______________________________dated______ for M/s

Brahmaputra Cracker and Polymer Limited (A Government of India Enterprise), PO:

Lepetkata, Distt: DIBRUGARH, Assam. (herein after called the “BCPL” which expression shall

wherever the context so require include its successors and assignees).

The Contract conditions provide that the SUPPLIER/CONTRACTOR shall pay a sum of Rs.

____________________ (Rupees _________________________________________) as full

Contract Performance Guarantee in the form therein mentioned. The form of payment of Contract

Performance Guarantee includes guarantee executed by Nationalized Bank/Scheduled

Commercial Bank, undertaking full responsibility to indemnify Brahmaputra Cracker and

Polymer Limited, in case of default.

The said M/s._______________________________________________ has approached us and

at their request and in consideration of the premises we having our office at

______________________________ have agreed to give such guarantee as hereinafter

mentioned.

1. We _________________________________________________________________

hereby undertake to give the irrevocable & unconditional guarantee to you that if default

shall be made by M/s. __________________________________ in performing any of the

terms and conditions of the tender/order/contract or in payment of any money payable to

BCPL we shall on first demand pay without demur, contest, protest and/ or without any

recourse to the contractor to BCPL in such manner as BCPL may direct the said amount

of Rupees _____________________________ only or such portion thereof not exceeding

the said sum as you may require from time to time.

2. You will have the full liberty without reference to us and without affecting this guarantee,

postpone for any time or from time to time the exercise of any of the powers and rights

conferred on you under the order/contract with the said M/s.

_______________________________ and to enforce or to forbear from endorsing any

powers or rights or by reason of time being given to the said

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 88 - of 141

M/s.__________________________ and such postponement forbearance would not have

the effect of releasing the bank from its obligation under this debt.

3. Your right to recover the said sum of Rs. ______________________________________

(Rupees _______________________________________) from us in manner aforesaid is

absolute & unequivocal and will not be affected or suspended by reason of the fact that

any dispute or disputes have been raised by the said M/s. ___________________________

and/or that any dispute or disputes are pending before any officer, tribunal or court or

arbitrator or any other authority/forum and any demand made by you in the bank shall be

conclusive and binding. The bank shall not be released of its obligations under these

presents by any exercise by you of its liberty with reference to matter aforesaid or any of

their or by reason or any other act of omission or commission on your part or any other

indulgence shown by you or by any other matter or changed what so ever which under law

would, but for this provision, have the effect of releasing the bank.

4. The guarantee herein contained shall not be determined or affected by the liquidation or

winding up dissolution or changes of constitution or insolvency of the said

supplier/contractor but shall in all respects and for all purposes be binding and operative

until payment of all money due to you in respect of such liabilities is paid.

5. This guarantee shall be irrevocable and shall remain valid upto ___________________

(this date should be 90 days after the expiry of defect liability period/ Guarantee period)

_______________. The bank undertakes not to revoke this guarantee during its currency

without your previous consent and further agrees that the guarantee shall continue to be

enforceable until it is discharged by BCPL in writing. However, if for any reason, the

supplier/contractor is unable to complete the supply/work within the period stipulated in

the order/contract and in case of extension of the date of delivery/completion resulting

extension of defect liability period/guarantee period of the supplier/contractor fails to

perform the supply/work fully, the bank hereby agrees to further extend this guarantee at

the instance of the supplier/contractor till such time as may be determined by BCPL. If any

further extension of this guarantee is required, the same shall be extended to such required

period on receiving instruction from M/s.

___________________________________________________ (contractor) on whose

behalf this guarantee is issued.

6. Bank also agrees that BCPL at its option shall be entitled to enforce this Guarantee

against the bank (as principal debtor) in the first instant, without proceeding against the

supplier/contractor and notwithstanding any security or other guarantee that BCPL may

have in relation to the supplier’s/contractor’s liabilities.

7. The amount under the Bank Guarantee is payable forthwith without any delay by Bank

upon the written demand raised by BCPL. Any dispute arising out of or in relation to

the said Bank Guarantee shall be subject to the exclusive jurisdiction of courts at

Guwahati.

8. Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of

the Supplier/Contractor up to a total amount of __________(amount of guarantees in

words and figures) and we undertake to pay you, upon your first written demand

declaring the Supplier/Contractor to be in default under the order/contract and without

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 89 - of 141

caveat or argument, any sum or sums within the limits of (amounts of guarantee) as

aforesaid, without your needing to prove or show grounds or reasons for your demand

or the sum specified therein.

9. We have power to issue this guarantee in your favor under Memorandum and Articles of

Association and the undersigned has full power to do under the Power of Attorney, dated

___________ granted to him by the Bank.

Yours faithfully,

_______________

Bank by its Constituted Attorney

Signature of a person duly

Authorized to sign on behalf of the

Bank

INSTRUCTIONS FOR FURNISHING

"CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT" BY "BANK

GUARANTEE"

1. The Bank Guarantee by successful Bidder(s) will be given on non-judicial stamp paper

as per 'stamp duty' applicable. The non-judicial stamp paper should be in name of the

issuing bank. In case of foreign bank, the said Bank Guarantee to be issued by its

correspondent bank in India on requisite non-judicial stamp paper and place of Bid to

be considered as Delhi.

2. The Bank Guarantee by Bidders will be given from bank as specified in Tender.

3. A letter from the issuing bank of the requisite Bank Guarantee confirming that said Bank

Guarantee and all future communication relating to the Bank Guarantee shall be

forwarded to Employer.

4. If a Bank Guarantee is issued by a commercial bank, then a letter to Employer and copy

to Consultant (if applicable) confirming its net worth is more than Rs. 100,00,00,000.00

[Rupees One Hundred Crores] or its equivalent in foreign currency along with

documentary evidence.

…………………………………………..

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 90 - of 141

F-10

AGREED TERMS & CONDITIONS

To,

M/s BRAHMAPUTRA CRACKER AND POLYMER LIMITED

___________________

SUB: “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA

FOR ONE YEAR”

E-Tender NO.: BCPL/C&P/LE16W231OR/00318

This Questionnaire duly filled in, signed & stamped must form part of Bidder’s Bid and should

be returned along with Un-priced Bid. Clauses confirmed hereunder need not be repeated in

the Bid.

Sl. DESCRIPTION BIDDER’S

CONFIRMATION

1 Bidder's name and address

2. Please confirm the currency of quoted prices is in Indian

Rupees.

3. Confirm quoted prices will remain firm and fixed till

complete execution of the order.

4 Rate of applicable Service Tax &Edu. Cess

thereon,Swachh Bharat Cess

ST: …….%

EDU. CESS:……%

SWATCH BHARAT CESS:

……..%

5. i) Confirm acceptance of relevant Terms of Payment

specified in the Bid Document.

ii) In case of delay, the bills shall be submitted after

deducting the price reduction due to delay.

6. Confirm that Contract Performance Bank Guarantee

will be furnished as per Bid Document.

7. Confirm that Contract Performance Bank Guarantee

shall be from any Indian scheduled bank or a branch of

an International bank situated in India and registered

with Reserve bank of India as scheduled foreign bank.

However, in case of bank guarantees from banks other

than the Nationalised Indian banks, the bank must be a

commercial bank having net worth in excess of Rs.100

crores and a declaration to this effect shall be made by

such commercial bank either in the Bank Guarantee

itself or separately on its letterhead.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 91 - of 141

Sl. DESCRIPTION BIDDER’S

CONFIRMATION

8. Confirm compliance to Completion Schedule as

specified in Bid document. Confirm contract period

shall be reckoned from the date of Fax of Intent.

9. Confirm acceptance of Price Reduction Schedule for

delay in completion schedule specified in Bid

document.

10. a) Confirm acceptance of all terms and conditions of

Bid Document (all sections).

b) Confirm that printed terms and conditions of bidder

are not applicable.

11.

Confirm your offer is valid for 3 months from

Final/Extended due date of opening of Techno-

commercial Bids.

12. Please furnish EMD/Bid Security details :

a) EMD/ Bid Security No. & date

b) Value

c) Validity

13. Confirm acceptance to all provisions of ITB read in

conjunction with Bid Data Sheet (BDS).

13. Confirm that Annual Reports for the last three financial

years are furnished alongwith the Un-priced Bid.

14. Confirm that, in case of contradiction between the

confirmations provided in this format and terms &

conditions mentioned elsewhere in the offer, the

confirmations given in this format shall prevail.

15. Confirm that noneof Directors of bidder is a relative of

any Director of Owner or the bidder is a firm in which

any Director of Owner/ BCPL or his relative is a partner.

17. All correspondence must be in ENGLISH language

only.

18 Owner reserves the right to make any change in the

terms & conditions of the TENDER/BIDDING

DOCUMENT and to reject any or all bids.

19 Confirm that all Bank charges associated with Bidder’s

Bank shall be borne by Bidder.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 92 - of 141

F-11

ACKNOWLEDGEMENT CUM CONSENT LETTER

(On receipt of tender document/information regarding the tender, Bidder shall

acknowledge the receipt and confirm his intention to bid or reason for non-participation

against the enquiry /tender through e-mail/fax to concerned executive in BCPL issued the

tender, by filling up the Format)

To,

M/s BRAHMAPUTRA CRACKER AND POLYMER LIMITED

___________________

SUB: “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA

FOR ONE YEAR”

E-Tender NO.: BCPL/C&P/LE16W231OR/00318

Dear Sir,

We hereby acknowledge receipt of a complete set of bidding document along with enclosures

for subject item/job and/or the information regarding the subject tender.

We intend to bid as requested for the subject item/job and furnish following details with

respect to our quoting office:

Postal Address with Pin Code : ....................

Telephone Number : ....................

Fax Number : ....................

Contact Person : ....................

E-mail Address : ....................

Mobile No. : ....................

Date : ....................

Seal/Stamp : ....................

We are unable to bid for the reason given below:

Reasons for non-submission of bid:

_____________________________________________________________________

Agency’s Name : ....................

Signature : ....................

Name : ....................

Designation : ....................

Date : ....................

Seal/Stamp : ....................

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 93 - of 141

F-12

UNDERTAKING ON LETTERHEAD

To,

M/s BRAHMAPUTRA CRACKER AND POLYMER LIMITED

___________________

SUB: “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA

FOR ONE YEAR”

E-Tender NO.: BCPL/C&P/LE16W231OR/00318

Dear Sir

We hereby confirm that “The contents of this Tender Document No. _____________________

have not been modified or altered by M/s. …………….(Name of the bidder with complete

address). In case, it is found that the tender document has been modified / altered by the bidder,

the bid submitted by M/s……………(Name of the bidder) shall be liable for rejection”.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 94 - of 141

F-13

BIDDER’S EXPERIENCE

To,

M/s BRAHMAPUTRA CRACKER AND POLYMER LIMITED

___________________

SUB: “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA

FOR ONE YEAR”

E-Tender NO.: BCPL/C&P/LE16W231OR/00318

Sl.

No

Descripti

on

of the

Services

LOA

/WO

No. and

date

Full Postal

Address & phone

nos. of Client.

Name, designation

and address of

Engineer/ Officer-

in-Charge (for

cases other than

purchase)

Value of

Contract/

Order

(Specify

Currency

Amount)

Date of

Commenc

ement of

Services

Scheduled

Completio

n

Time (M

onths)

Date of

Actual

Completi

on

Reasons

for delay

in

executio

n, if any

(1) (2) (3) (5) (6) (7) (8) (9) (10)

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 95 - of 141

F-14

CHECK LIST

Bidders are requested to duly fill in the checklist. This checklist gives only certain important items to

facilitate the bidder to make sure that the necessary data/information as called for in the bid document

has been submitted by them along with their offer. This, however, does not relieve the bidder of his

responsibilities to make sure that his offer is otherwise complete in all respects.

Please ensure compliance and tick (√) against following points:

S.

No.

DESCRIPTION CHECK

BOX

REFERENCE PAGE

NO. OF THE BID

SUBMITTED

1.0 Digitally Signing (in case of e-bidding) on each sheet of

offer, original bidding document including SCC, ITB,

GCC ,SOR drawings, addendum (if any)

2.0 Confirm that the following details have been submitted

in the Un-priced part of the bid

i Covering Letter, Letter of Submission

ii Bid Security/ EMD

iii Signed and stamped original copy of bidding

document along with drawings and addendum (if

any)(Not Applicable in case of e-bidding)

iv Power of Attorney in the name of person signing the bid.

v Copies of documents defining constitution or legal

status, place of registration and principal place of

business of the company

vi Bidders declaration that regarding, Holiday/ Banning,

liquidation court receivership or similar proceedings in

Format 7.

vii Details and documentary proof required against

qualification criteria along with complete documents.

(Also fill the documents & certification checklist given

below)

viii Confirm submission of document alongwith techno-

commercial bid as per bid requirement.

3.0 Confirm that all forms& formats duly filled in are

enclosed with the bid duly signed by authorized

person(s)

4.0 Confirm that the price part as per Price Schedule format

submitted with Bidding Document/ uploaded in case of

e-bid

7.0 Confirm that annual reports for last three financial years

& duly filled in Form 16 are enclosed in the offer for

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 96 - of 141

financial assessment (where financial criteria of BEC is

applicable).

DOCUMENTS & CERTIFICATION CHECKLIST

S NO DESCRITION CHECK LIST YES/ NA

NO

1.a EMD Value Rs 2,65,600/- (Part-A)

A DD DD No. ____________dated For Rs._________

YES/

NA

NO

B BG BG VALIDITY BEYOND 3 THREE MONTHS FROM BID

VALIDITY PERIOD OF 90 DAYS

YES/

NA

NO

C

NSIC/DIC CERTIFICATE,

EM PART-II/

UDYOG ADHAR

Duly certified by the Chartered Accountant (not being an

employee or a Director or not having any interest in the

bidder’s company/firm) AND Notary Public with Legible

stamp as MENTIONED IN CLAUSE NO.40 OF ITB

YES/

NA NO

1.b EMD Value Rs 85,760/- (Part-B)

A DD DD No. ____________dated For Rs._________

YES/

NA NO

B BG BG VALIDITY BEYOND 3 THREE MONTHS FROM BID

VALIDITY PERIOD OF 90 DAYS

YES/

NA NO

C

NSIC/DIC CERTIFICATE,

EM PART-II/

UDYOG ADHAR

Duly certified by the Chartered Accountant (not being an

employee or a Director or not having any interest in the

bidder’s company/firm) AND Notary Public with Legible

stamp as MENTIONED IN CLAUSE NO.40 OF ITB

YES/

NA NO

2. TENDER FEE DD of requisite amount UPLOADED YES NO

3. BID VALIDITY UPTO

THREE MONTHS ACCEPTED YES NO

3 (i)

Experience against Completion/ Execution of order/ contract (As

Stipulated in BEC A.1.1)

a) Bidder must UPLOAD the Copy of Work Order/LOA for

the work which has been executed and completed

towards “Providing Operational Assistance in process

areas in Petrochemical/ Fertilizers/Petroleum

Refinery/ Natural Gas Processing Units” along with the

details of SOR items & scope of work. b) Upload copy of Completion Certificate against the Work

Order/ LOA submitted as mentioned at point “a)” above. The Completion Certificate must contain the detailed

information like LOA/Order No. with date, Brief Scope

of work / Name of work, Order value, Total Executed value, Scheduled date of Work completion and Actual

Date of Work completion etc. The Completion certificate should have been issued by the end-user/owner (or their

consultant who has been duly authorized by them to issue

such certificate).

YES

for

Part-A

YES

for

Part-B

NO for

Part-A

NO for

Part-B

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 97 - of 141

S NO DESCRITION CHECK LIST YES/ NA

NO

3 (ii)

Experience against

Completion/ Execution of order/ contract (As

Stipulated in BEC A.1.2)

a) Bidder must UPLOAD the Copy of detailed Work

Order/LOA for executing the Contract which is still

running for “Providing Operational Assistance in

process areas in Petrochemical/ Fertilizers/Petroleum

Refinery/ Natural Gas Processing Units” along with the details of SOR items & scope of work.

b) Upload copy of Execution Certificate against the Copy

of detailed Work Order/LOA for executing the Contract as mentioned at point “a)” above clearly mentioning the

executed VALUE till one day prior to due date of bid submission which must be equal to or more than the

minimum prescribed value mentioned in the BEC at sl.

no. A.1.1 above. The execution certificate must contain the detailed information like LOA/Order No. with date,

Brief Scope of work / Name of work, Order value, Total

executed value, etc. The Execution Certificate should have been issued by the end-user/owner (or their

consultant who has been duly authorized by them to issue such certificate).

YES

for

Part-A

YES

for

Part-B

NO for

Part-A

NO for

Part-B

A ORDER COPY

Duly CERTIFIED by CHARTERED ENGINEER with

LEGIBLE stamp YES NO

Duly NOTARISED by Notary Public with legible stamp YES NO

B COMPLETION/EXECUTI

ON CERTIFICATE

Has been issued by the End User / Owner / Authorized

Consultant of Owner. YES NO

Duly CERTIFIED by CHARTERED ENGINEER with

LEGIBLE stamp YES NO

Duly NOTARISED by Notary Public with legible stamp YES NO

5. FINANCIAL CRITERIA AS STIPULATED IN BEC

5(i) Financial Documents –

Turn Over

Uploaded Audited balance sheet and profit & loss account

statement of any of the three (3) preceding Financial

Year(s), i.e FY: 2015-2016, 2014-2015 & 2013-2014

meeting Turn over Financial Criteria as stipulated in

BEC along with un-price bid.

YES

for

Part-A

NO for

Part-A

YES

for

Part-B

NO for

Part-B

5(ii)

Financial Documents –

Net Worth & Working

Capital

Uploaded AUDITED Balance Sheet and Profit & Loss

Statement of FY: 2015-2016 meeting the NET WORTH

& Working Capital Financial Criteria as stipulated in

BEC.

YES

for

Part-A

NO for

Part-A

YES

for

Part-B

NO for

Part-B

A

Balance Sheet/s & Profit &

Loss Statements as in 5(i),

& 5(ii) above

Duly attested by Notary Public with legible stamp YES NO

B

Details of financial

capability of bidder

prescribed Format, F-16

as stipulated in BEC

Duly signed and stamped by a Chartered Accountant with Membership Number YES NO

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 98 - of 141

S NO DESCRITION CHECK LIST YES/ NA

NO

C

In Case Bidder’s Working

Capital is inadequate as

stipulated in BEC

Letter (as per Format, F-15) from the Bidder’s bank

having net worth not less than INR 1(one) Billion confirming the availability of the line of credit covering the

inadequacy to meet the working capital requirement duly

certified/attested by Notary Public with legible stamp.

YES/

NA NO

6. Tender Document uploaded Uploaded Unedited & Digitally signed ALONGWITH

UNPRICED BID.

YES

for

Part-A

NO for

Part-A

YES

for

Part-B

NO for

Part-B

7.

SOR (BLANK without

price) MENTIONING

WORD “QUOTED/NOT

QUOTED” IN EACH

ITEM RATE COLUMN

Uploaded Digitally signed scanned copy of EACH SOR (all

2 Parts) filled QUOTED/NOT QUOTED, ALONGWITH

UNPRICED BID.

YES

for

Part-A

NO for

Part-A

YES

for

Part-B

NO for

Part-B

8. FORM 1 TO 18

ATTACHED TO TENDER

FILLED AS APPLICABLE, SIGNED, STAMPED &

UPLOADED ALL YES NO

Non-submission of the attested copies of the requisite certificates/ documents as specified above and/or in tender

document shall render the bid non-responsive and shall be liable for rejection.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Bidder is requested to fill this check list and ensure that all detail/ documents have been uploaded/submitted

including this Checklist duly filled in, signed & stamped alongwith the “Un-priced bid (Part-I)”. Non

submission of any document/ submission without proper attestation may lead to rejection of the

Bid.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR”

Page - 99 - of 141

THIS FORMAT TO BE FILLED BY THE BIDDER

TECHNICAL CRITERIA AS STIPULATED IN BEC [PLEASE READ, SECTION –II, CLAUSE NO. A.1 OF BEC OF TENDER DOCUMENT AND GIVE BRIEF DETAILS AGAINST INDIVIDUAL DOCUMENTS SUBMITTED

TO QUALIFY BEC-TECHNICAL]

NB:

1. All documents [to be submitted] are required to be Certified/Attested by both Chartered Engineer and Notarized by Notary Public with legible stamp.

2. If the bidder is submitting only one order & its completion/execution Certificate (as applicable), then sl no. A to be filled in.

3. Likewise, If the bidder is submitting more number of orders and their completion/execution Certificates (as applicable), then sl no. A, B, C, D etc shall be

applicable. [In below table, uptosl no. ‘D’ is mentioned. Bidder to increase rows if intend to submit more documents]

Sl. No.

List of Order Details

Description Details [to be mentioned by the bidder]

A 1st Order/

LOI/Contract

A1

Name of Order issuing Agency/Client/Owner/Company

:

A2 Order No. & Date :

A3 Brief Details/Name (Nature) of Supply :

A4 Contract/Order Value (in Rs.) :

A5 Period of Contract/ Order :

A6 Completion /Execution Certificate (as applicable) to contain the following: i. Date of issue ii. Brief Details/Name (Nature) of

Supply iii. Contract/Order Value (in Rs.)

iv. Period of Contract/ Order v. Actual Date of Completion/Execution vi. Executed Value (in Rs.)

_______________________________________________________________ _______________________________________________________________

_______________________________________________________________ _______________________________________________________________

_______________________________________________________________ _______________________________________________________________ _______________________________________________________________

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR”

Page - 100 - of 141

B 2nd Order/ LOI/Contract

Description Details [to be mentioned by the bidder]

B1 Name of Order issuing

Agency/Client/Owner/Company

B2 Order No. & Date

B3 Brief Details/Name (Nature) of Supply

B4 Contract/Order Value (in Rs.)

B5 Period of Contract/ Order

B6 Completion /Execution Certificate (as

applicable) to contain the following: i. Date of issue

ii. Brief Details/Name (Nature) of Supply

iii. Contract/Order Value (in Rs.) iv. Period of Contract/ Order v. Actual Date of Completion/Execution vi. Executed value (in Rs.)

_______________________________________________________________

_______________________________________________________________ _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ _______________________________________________________________

C 3RD Order/ LOI/Contract

Description Details [to be mentioned by the bidder]

C1 Name of Order issuing Agency/Client/Owner/Company

C2 Order No. & Date

C3 Brief Details/Name (Nature) of Supply

C4 Contract/Order Value(in Rs.)

C5 Period of Contract/ Order

C6 Completion /Execution Certificate (as applicable) to contain the following: i. Date of issue ii. Brief Details/Name (Nature) of

Supply iii. Contract/Order Value (in Rs.) iv. Period of Contract/ Order

v. Actual Date of Completion/Execution vi. Executed value(in Rs.)

_______________________________________________________________ _______________________________________________________________ _______________________________________________________________

_______________________________________________________________ _______________________________________________________________ _______________________________________________________________

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR”

Page - 101 - of 141

D 4th Order/ LOI/Contract

Description Details [to be mentioned by the bidder]

D1 Name of Order issuing

Agency/Client/Owner/Company

D2 Order No. & Date

D3 Brief Details/Name (Nature) of Supply

D4 Contract/Order Value (in Rs.)

D5 Period of Contract/ Order

D6 Completion /Execution Certificate (as applicable) to contain the following: i. Date of issue ii. Brief Details/Name (Nature) of

Supply

iii. Contract/Order Value (in Rs.) iv. Period of Contract/ Order v. Actual Date of Completion/Execution vi. Executed value (in Rs.)

_______________________________________________________________ _______________________________________________________________ _______________________________________________________________

_______________________________________________________________ _______________________________________________________________ _______________________________________________________________

_____________________________________________________________________________

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR”

Page - 102 - of 141

THIS FORMAT TO BE FILLED BY THE BIDDER

FINANCIAL CRITERIA AS STIPULATED IN BEC [PLEASE READ SECTION-II, CLAUSE NO. A.2 OF BEC AND GIVE BRIEF DETAILS IN THE BELOW CHECK LIST FORMAT]

NB:

1. Format-16 (to be Submitted) is required to be Certified/Attested by Chartered Accountant and to be uploaded/submitted.

2. Audited Balance Sheet and Profit & Loss Statements (Submitted) of FY: FY: 2015-2016, 2014-2015 & 2013-2014 meeting the Turn Over, NET WORTH &

Working Capital requirement of BEC-Financial are to be duly signed and stamped (duly certified /attested) by Notary Public with legible stamp and

to be submitted.

3. Bidder to Put ‘tick mark’ only [out of two options (i.e ‘Yes’ or ‘No’, one option to be exercised and other one to be deleted in the column given below]

1.2 FINANCIAL CRITERIA Document Details submitted for the below Financial Year:

DOCUMENT WHETHER SUBMITTED/UPLOADED

Option Tick Mark

1.2.1 Financial Documents – Turn Overas per applicability of relevant clause of BEC

: Uploaded / Submitted Audited financial statements Balance Sheet and Profit & Loss Account statement of any of the three (3) preceding Financial Year(s),

i.e. FY: 2015-2016, 2014-2015 & 2013-2014[to be reckoned from bid

due date] along with un-price bid uploaded /submitted. FY: 2015-2016 FY: 2014-2015 FY: 2013-2014

Yes / No Yes / No Yes / No

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR”

Page - 103 - of 141

1.2.2 &1.2.3

Financial Documents – Net Worth & Working Capital as per applicability of relevant clause of BEC In Case Bidder’s working capital is inadequate as per applicability of relevant clause of BEC

In case Bidder’s working capital is inadequate, the bidder shall supplement this with a letter (as per Format-15) from the Bidder’s bank having net worth not less than Rs.100 Crore, confirming the availability of the line of credit covering the inadequacy to meet the working capital requirement as per applicability of relevant

clause of BEC which is to be uploaded /submitted.

: Uploaded AUDITED Financial Statements Balance Sheet and Profit & Loss Statement of FY: 2015-2016.

Name of Issuing Bank__________________ Branch Code:__________________________

Location & Address:_______________________

Tel No.__________________________________ Email ID:________________________________

Yes / No Yes / No

1.2.4 Details of financial capability of bidder prescribed Format-16 as per applicability of relevant clause of BEC

: Name Of Chartered Accountant:__________________________________

Membership No. of Chartered Accountant__________________________

Yes / No

=====================================================

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 104 of 141

F-15

FORMAT FOR CERTIFICATE FROM BANK IF BIDDER’S WORKING

CAPITAL IS INADEQUATE

(To be provided on Bank’s letter head)

Date:

To,

M/s BRAHMAPUTRA CRACKER AND POLYMER LIMITED

---------------------

--------------------

-------------------

Dear Sir,

This is to certify that M/s ………………………………….. (name of the bidder with

address) (hereinafter referred to as Customer) is an existing customer of our Bank.

The Customer has informed that they wish to bid for BCPL’s RFQ/Tender no.

.................................................. dated …………… for

……………………………………..(Name of the supply/work/services/consultancy)

and as per the terms of the said RFQ/Tender they have to furnish a certificate from their

Bank confirming the availability of line of credit.

Accordingly M/s ………………………….. (name of the Bank with address) confirms

availability of line of credit to M/s …………………….. (name of the bidder) for at least

an amount of Rs. _________ (Total Working Capital Amount) to meet the inadequacy

in Working Capital.

It is also confirmed that the net worth of the Bank is more than Rs. 100 Crores (or

Equivalent USD) and the undersigned is authorized to issue this certificate.

Yours truly

for …………………………… (Name & address of Bank)

(Authorized signatory)

Name of the signatory :

Designation :

Stamp

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 105 of 141

F-16

FORMAT FOR CHARTERED ACCOUNTANT CERTIFICATE FOR

FINANCIAL CAPABILITY OF THE BIDDER

We have verified the Annual Accounts and other relevant records of

M/s……………………………… (Name of the bidder) and certify the following

A. ANNUAL TURNOVER OF LAST 3 YEARS:

Year Amount (Currency)

Year 1:

Year 2:

Year 3:

B. FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR :

Description Year _____

Amount (Currency) 1. Current Assets 2. Current Liabilities 3. Working Capital (Current

Assets-Current liabilities)

4. Net Worth (Paid up share capital

and Free Reserves & Surplus)

Name of Audit Firm: [Signature of Authorized Signatory]

Chartered Accountant Name:

Date: Designation:

Seal:

Membership no. Instructions:

1. The financial year would be the same as one normally followed by the bidder for its

Annual Report.

2. The bidder shall provide the audited annual financial statements as required for this

Tender document. Failure to do so would result in the Proposal being considered as non

responsive.

3. For the purpose of this Tender document, (i) Annual Turnover shall be “Sale value/

Operating Income” (ii) Working Capital shall be “Current Assets less Current

liabilities” and (iii) Net Worth shall be “Paid up share capital and Free Reserves &

Surplus”

4. This certificate is to be submitted on the letter head of Chartered Accountant.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 106 of 141

F-17

BIDDER'S QUERIES FOR PRE BID MEETING To,

M/s BRAHMAPUTRA CRACKER AND POLYMER LIMITED

----------------------------------------------------------------

SUB: “HIRING OF SERVICE CONTRACT FOR OPERATIONAL

ASSISTANCE IN CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S

BCPL, LEPETKATA FOR ONE YEAR”

E-Tender NO.: BCPL/C&P/LE16W231OR/00318

SL.

NO.

REFERENCE OF BIDDING

DOCUMENT

BIDDER'S

QUERY

BCPL'S

REPLY SEC.

NO.

Page

No.

Clause

No.

Subject

NOTE: The Pre-Bid Queries may be sent by fax and also by e-mail before due date

for receipt of Bidder's queries.

SIGNATURE OF BIDDER: ___________________________

NAME OF BIDDER : ___________________________

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 107 of 141

F-18

E-Banking Mandate Form

(To be issued on vendors letter head)

1. Vendor/customer Name :

2. Vendor/customer Code:

3. Vendor /customer Address:

4. Vendor/customer e-mail id:

5. Particulars of bank account

a) Name of Bank

b) Name of branch

c) Branch code:

d) Address:

e) Telephone number:

f) Type of account (current/saving etc.)

g) Account Number:

h) RTGS IFSC code of the bank branch

i) NEFT IFSC code of the bank branch

j) 9 digit MICR code

I/We hereby authorize Brahmaputra Cracker and Polymer Limited to release any amount due

to me/us in the bank account as mentioned above. I/We hereby declare that the particulars given

above are correct and complete. If the transaction is delayed or lost because of incomplete or

incorrect information, we would not hold the Brahmaputra Cracker and Polymer Limited

responsible.

(Signature of vendor/customer)

BANK CERTIFICATE

We certify that --------------------------- has an Account no. ---------------------------- with us and

we confirm that the details given above are correct as per our records.

Bank stamp

Date (Signature of authorized officer of bank)

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 108 of 141

SECTION-IV

GENERAL CONDITIONS

OF CONTRACT [GCC]

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 109 of 141

CONSENT LETTER ON ACCEPATNCE OF GENERAL CONDITIONS OF CONTRACTS

(GCC)/GENERAL PURCHASE CONDITION (GPC)

NIT/RFQ NUMBER: BCPL/C&P/LE16W231OR/00318

Dated:

Dear Sir,

I/we have read the following Conditions of Contract which is available in the BCPL

website.

I/ we further confirm that we have agreed to all the conditions as printed/available in the Documents in BCPL website in entirety and unconditionally.

1. General Conditions of Contract. (http://www.bcplonline.co.in/content/tender/GCC_CONTRACTS.pdf)

Thanking you,

(Sign of the authorized signatory with the Company/ Firm seal)

Name:

Designation:

Company Seal:

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

_______________________________________________________________________________________________________________

_

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page 110 of 141

SECTION – V

SPECIAL CONDITIONSOF CONTRACT

[SCC]

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 111 - of 141

SECTION - V

SPECIAL CONDITIONS OF CONTRACT

For Both Part –A & Part-B

SUB: HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN

CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA

FOR ONE YEAR.

1.0 INTRODUCTION:

1.1 The Special Conditions of Contract shall be read in conjunction with the General Conditions of

Contract, Scope of Work, Schedule of Rates, Specifications, Drawings and any other documents

forming part of the contract, wherever the context so requires.

1.2 Notwithstanding the sub-division of the document into these separate sections and volumes,

every part of the document shall be deemed to be supplementary of every other part and shall

be read with and into the contract so far as it may be practicable to do so.

1.3 Where any portion of the General Conditions of Contract is repugnant to or at variance with

any provisions of the Special Conditions of Contract, then unless a different intention appears,

the provision(s) of the Special Conditions of Contract shall be deemed to override the

provision(s) of General Conditions of Contract only to the extent that such repugnancies or

variations in the Special Conditions of Contract and are not possible of being reconciled with

the provisions of General Conditions of Contract.

1.4 The work is to be carried out in “restricted area” and contractor will have to work strictly as per

instruction of Engineer-In-Charge and obtain permission in standard format for every employee

working for him, who are liable for physical check by competent authority as decided by

Engineer-In-Charge at any time.

1.5 This contract is primarily meant for the regular operational assistance activities in Part A:

Cracker Unit; Part B: Gas Sweetening Unit of BCPL Lepetkata Plant.

1.6 Wherever it is mentioned in the specifications that the Contractor shall perform certain Work

or provide certain facilities, it is understood that that the Contractor shall do so at his own cost

and the value of contract shall be deemed to have included cost of such Performance and

provisions, so mentioned.

1.7 All manpower engaged shall have adequate industrial experience years in relevant field. All the

workers shall be interviewed by EIC / Concerned Departmental In charge for suitability. In case

any worker is found not to be suitable then the contractor has to arrange another suitable worker.

1.8 The quoted rates shall be firm and valid till the complete execution of the order.

2.0 POINTS TO BE TAKEN CARE BY THE BIDDER WHILE QUOTING THE RATES:

2.1 The contractor has to pay following wage components along with statutory payments/obligation

as indicated in SOR to the persons engaged by him in BCPL:

S.N Wage component Rates

A Minimum wage As notified by Central Government or State Government

from time to time (whichever is higher)

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 112 - of 141

B PF Contribution including

EDLI & Administrative

Charges

13.36% of wage (The contractor has to ensure deposit of

PF contribution @ 12 % of wages irrespective of rate of

wages)

C Employee State Insurance(

ESI) contribution or

Insurance policy coverage

under Employee’s

Compensation Act 1923 &

Employee Compensation

Act 2010

4.75% of minimum wage in case of ESI is applicable or

reimbursement of cost of Insurance coverage obtained

under Employee’s Compensation Act 1923 upto Rs.10.86

lacs per contract worker

D Bonus will be paid as per

Payment of Bonus

(Amendment) Act, 2015

8.33% of wage (The same may be paid to the contract

workers during festival time by the contractor and take

reimbursement on submission of proof of payment of

bonus).

E Leave wages as per factory

Act/Rule or Shops &

Establishment Act of

respective states

4NH, 7 Festival Holidays and Annual Leave with wages

as per Factory Act 1948 i.e 1 day paid leave for every 20

days work performed.

F Cost of safety kit & liveries

in terms of Safety

Provisions under Factories

Act 1948(for workers

working in factories only).

6% of Minimum Wage. The same may be reimbursed to

the contractor on distribution of safety kits and liveries

(two pairs of shirts, trousers, socks and one pair of safety

shoes per year as per safety norms of BCPL) and

submission of proof of purchase and distribution.

G Maternity benefit to women

contractor under Maternity

Benefit Act 1961 where ESI

Act 1948 is not applicable.

As per Maternity Benefit Act 1961 and Amendment 2016.

2.2 The contractor shall be solely responsible for the Payment of Minimum Wages, as per Labor

Law/ Central Government notification (latest) to all the employees engaged by him.

Normally minimum wages are revised during the months of April & October in every year and

accordingly contractor has to consider the escalation of minimum wages in their quoted rates.

Apart from the points listed in Sl. No. 1.10 above, the contractor has to pay / consider the

following benefits to the deployed worker.

(i) The contractor has to consider 04 nos. of paid holidays per year, 07 days Paid Festival

holidays per year, annual leave per year as per Factories Act 1948 while quoting the

rates.

(ii) Contractor shall supply two sets of Uniform to all the deployed manpower within a

period of 15 days from the date of commencement of the contract and additional one set

of uniform during the remaining tenure of the contract. Color and specification of the

uniform shall, however, be finalized in consultation with Engineer-in-charge. In case of

failure to provide the same, an amount @ Rs. 2000/- per worker shall be deducted from

contractor’s bill.

(iii) The Contractor shall provide Safety Kit and PPEs to the workers within a period of 15

days from the date of commencement of work. Failing which, an amount of Rs. 2000/-

per worker shall be deducted from the contractor’s bill.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 113 - of 141

(iv) The Contractor shall ensure compulsory Annual Health Check-up of the individual

deployed manpower as per the Provision of Assam Factories Rule 1950.

(v) The contractor shall consider the overhead costs of the workmen and other consumables

along with his profit while quoting his rates.

2.3 The following tables are to be read in conjunction with Schedule of Rates for PART-A &

PART-B: The contractor has to quote the rates by considering all the points as listed in Point

No-2.1 & 2.2 above. It is to be noted that the SOR items have been considered on defined

composition of manpower gangs. In case of, absence / additional requirement of any worker

from the above composition of manpower, deduction / additional payment shall be made as per

awarded Unit Rate as per following weightage against different category of manpower:

2.3.1 PART A ECU

S

No.

SOR Description Detailed

Manpower

Category

Weightage of Each

Category

1 Shift Assistance on round the clock

basis for Operational Assistance in

ECU Hot section

12 Field Operator

+16 Helper

(Per Day)

Field Operator = 0.0411

Helper= 0.0316

2 Shift Assistance on round the clock

basis for Operational Assistance in

ECU Compressor House.

8 Field Operator + 8

Helper

(Per day)

Field Operator = 0.0707

Helper = 0.0543

3 Shift Assistance on round the clock

basis for Operational Assistance in

ECU Cold Section.

8 Field Operator +

12 Helper

(Per Day)

Process Operator (Field)

= 0.058

Helper = 0.0446

4 General Shift Operational

Assistance in ECU.

1 Field Operator + 9

Helper

(Per Day)

Process Operator (Field)

= 0.1262

Helper = 0.0971

2.3.2 PART B GSU/C2+ Recovery:

S

No.

SOR Description Detailed Manpower

Category

Weightage of Each

Category

1 Shift Assistance on round the clock

basis for Operational Assistance in

GSU/ C2+ recovery unit.

08 Field Operator

+12 Helper

(Per Day)

Process Operator

(Field)= 0.058

Helper= 0.0446

2 General Shift Operational

Assistance in GSU/ C2+ recovery

unit.

1 Field Operator + 3

Helper

(Per Day)

Process Operator

(Field) = 0.3023

Helper = 0.2326

2.4 Since this contract is for providing the operational assistance for operation on lump sum basis

as per SOR items, some manpower shall be deployed by the contractor in rotational shaft basis

(A/B/C shifts) and some manpower shall be deployed in general shift. For the manpower

deployed in general shift shall complete all the jobs assigned to them irrespective of their

working timing. Whatever jobs will be arising in the plant (mainly defined in scope of work)

are to be completed in all respect as per plant requirement. In case the General shift jobs needs

to carried out beyond normal duty hours as per plant requirement, the same are to be executed

as per the instructions of EIC / Site In-charge. For this no additional payment shall be made by

BCPL and bidders are advised to quote the rates of general shift assistance accordingly.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 114 - of 141

2.5 The contractor shall be solely responsible for the payment of wages and other dues to the

personnel, if any, deployed by him latest by 7th day of the subsequent month and meet all

statutory obligation of payment as per minimum wages act. Further, any guidelines/ regulation/

penalty etc. with regards to this clause notified by HR/ Central agency of BCPL from time to

time during execution of contract shall be binding on the contractor.

2.6 Contractor shall submit the ‘Police Verification’ of each deployed worker to the EIC.

2.7 The intending Contractor shall be deemed to have visited the site. Non-familiarity with site and

Process Industry conditions will not be considered a reason either for extra claim or for not

carrying out job in strict conformity with drawings, specifications or any other terms and

conditions of the tender.

2.8 The minimum technical details required for bidding has been incorporated of the “Detailed

Scope of Work”. However, if required, the bidder may refer further technical details of any

specific equipment(s) which is available with BCPL.

2.9 The technical details of the work shall be treated as of confidential nature and the contractor

should not pass them to any other organization/company/firm. Also, contractor shall not publish

the technical details in any periodical / books / seminars / conferences.

2.10 In case during the execution of contract or thereafter at any later stage, including after the

completion of contract, it comes into the knowledge of BCPL or any of its employee that the

information submitted by the bidder, regarding experience etc., is false, BCPL shall have the

right to terminate the contract immediately without assigning any reason thereof and get the

remaining jobs executed at the risk and cost of bidder besides blacklisting it for further dealings

with BCPL.

2.11 The personnel to be deputed by the contractor shall observe all security, fire and safety rules of

BCPL while at the site. His work will be supervised by BCPL engineers and contractor has to

be strictly adhering to the instructions of BCPL Engineer.

3.0 LOCATION OF WORK:

The contractor has to execute the operations jobs of GSU/C2+ Recovery, ECU-I & ECU-II

including modification jobs in Part A: GSU/C2+ Recovery; ECU-I & ECU-II); Part B: ECU-I

& ECU-II unit of BCPL Lepetkata and other related facilities/ auxiliaries as per the Detailed

Scope of Work and as per instructions of ENGINEER-IN-CHARGE. However, for urgent

requirement (if the existing contractor working in other area fails to deliver or any other

emergency determined by BCPL) as per instruction of EIC, the contractor has to execute the

jobs covered in / similar to items of this contract in any other area / plant of BCPL, Lepetkata

on same rates, terms and conditions. The detailed scope of work for the contract Annual Rate

Contract for executing Mechanical Maintenance Activities in-

ECU- is as per Scope of Work Part A

GSU/C2+ Recovery is as per Scope of Work Part-B;

4. MOBILIZATION PERIOD:

The work covered by this contract shall be commenced within fifteen (15) days from the date

of FOI/LOI.

5. CONTRACT PERIOD/EXETENSION OF CONTRACT PERIOD :

a. The initial period of the contract shall be One year i.e. 12 months from the date of issuing the

LOI/LOA which is further extendable to another 03 Months based upon the performance of the

contractor (if required) on same rates, terms and conditions at sole discretion of BCPL.

b. The decision of the “ENGINEER-IN-CHARGE” regarding extension of the contract shall be

final and binding on the contractor.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 115 - of 141

6. PRE-BID MEETING:

For more clarity of the site jobs and to clear the doubts of the bidders, a Pre-bid conference

shall be arranged by BCPL at Lepetkata. All the prospective bidders are advised to attend the

same at their own cost. However Non-participation in the pre-bid conference shall not dilute

the bidder’s responsibility.

7. WORK PROCEDURES:

7.1 The operational assistance works have to be carried out as per standard operational/ engineering

practices and as per instructions of ENGINEER-IN-CHARGE. Detailed description of Scope

of Work is given in SCC Section-II for PART-A, PART-B separately. In case of any

discrepancies, the decision /interpretation of EIC shall be final.

7.2 Contractor shall start the job after getting intimation from EIC/Representative of EIC. Once the

job is started, it shall be continued till completion and after completion of all the jobs; area must

be cleaned / cleared up to the satisfaction of Engineer-in-Charge. In case of any unforeseen

situation, Job can be stopped midway only after getting permission from EIC. Depending upon

the criticality of the job, EIC can ask contractor to deploy MWF or any other suitable category

of manpower as per job requirement.

7.3 The Contractor has to generate document and maintain record of executed jobs and take

signature of the concerned Engineer for completion of the job on “Daily Activity Report” in the

format introduced by EIC from time to time, failing which the same shall not be considered for

billing. In normal circumstances, contractor has to get certifications of all the jobs done in the

previous month by first week of present month.

7.4 The execution of the work may continue working during all times and weather conditions and

no extra rate will be considered on jobs round the clock including General Holidays, National

Holidays, May day etc as per the requirement of BCPL to be decided by Engineer-In-Charge

and contractor should take this aspect into consideration while quoting his rates. No extra claim

will be paid on any account.

7.5 For all the jobs of rotary and static equipments operations shall be in the scope of the contractor.

7.6 The Contractor shall ensure the quality of the jobs carried out. In case of repetition of jobs due

to faulty workmanship/negligence attributable to contractor, same shall be carried out by the

contractor without any additional cost implication to BCPL. If such repetitions are frequent, the

"EIC" shall take suitable actions including deduction of cost of damages to the equipments /

plant and cost of production losses etc in the best interest of the company.

8 MANPOWER (ALL CONTRACTOR EMPLOYEES) RELATED CLAUSES:

8.1 The contractor shall ensure that the employees/ workmen employed by him, shall, at all times,

be neatly and properly dressed in appropriate cotton uniforms along with safety shoes and

helmets. The use of uniform / protective clothing is a must for each workman at site. The

contractor shall provide personal protective equipments (PPEs) including Cotton Cloth

Uniform, Safety Shoes, Safety Helmet, Hand Gloves, Safety Goggles etc. as per prevailing

safety norms, to all the personnel deployed for the execution of the jobs. Further, any guidelines/

regulation/ penalty etc with regards to this clause notified by HR/ F&S/ Central agency of BCPL

from time to time during execution of contract shall be binding on the contractor.

8.2 Employees/ workmen of contractor shall be polite decent and courteous to all officers /

employees / workmen of BCPL and shall maintain high standard of discipline, decency and

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 116 - of 141

decorum. They shall be medically fit and fully competent to perform the work Personnel

employed by the contractor and supervisor working on the roll of the contractor.

8.3 The contractor shall employ such workers who are above 18 years of age.

8.4 Transportation of contract employees to the site and back shall be the responsibility of the

contractor. The personnel deployed against this contract shall not be used for any other contract

except without specific clearance from the EIC of the contract.

8.5 The contractor will ensure the engagement of 100% Project Affected Persons (PAP) and local

persons in helper category of work for which the list of such persons will be provided by the

authorized person of BCPL authorities. The name of the authorized person will be notified to

the contractor by BCPL Authority from time to time.

8.6 So far as engagement of process operator category of manpower in the said work is concerned,

the contractor will give preference to PAPs and local persons fulfilling the technical

requirement of the job / work.

8.7 While engaging the contractual manpower, contractors are required to make efforts to provide

opportunities of employment to the people belonging to scheduled caste/scheduled tribes and

weaker sections for the society also in order to have a fair representation of these sections.

9 Experiences and qualifications:-

9.1 For the smooth execution of the services contracted out herein, it is expected that the contractor

will deploy personnel, if any, who has the proper qualification, experience as normally required

under the norms followed and also meets the statutory requirements.

9.2 To provide assistance for various Operational services offered by the contractors shall be of

good quality. The individual deputed for the services should have sufficient exposure,

knowledge & experience in the field. Any service assistance of Process field Operator Category

will be accepted by BCPL only after quality check after reviewing the experience and

qualification.

9.3 All the personnel deployed for carrying out the jobs shall be adequately experienced & qualified

as per the following table- (The contractor shall submit details of experience of workmen while

submitting requisition for gate pass)-

SN Category Qualification

a Field

Operator

Minimum Diploma in Chemical / Mechanical Engineering/BSC (PCM)

with minimum 2 years of experience of working in a Petrochemical/

Refinery/ Fertilizer. BE in Chemical Engineering with one year

experience of working in a Petrochemical/ Refinery/ Fertilizer will also

considered.

b Helper

(Field)

Minimum 01 years of experience as field working in a Chemical/

Petrochemical/ Refinery/ Fertilizer/Power Plant.

9.4 BCPL reserves the right to reject any one or all the personnel deployed by contractor on the

basis of their inadequate qualification / experience, unsatisfactory performance, improper

conduct and breaking discipline. If any replacement is sought by “ENGINEER-INCHARGE”,

the same shall have to be arranged by the contractor within 24 Hours or as per instruction of

“ENGINEER-IN-CHARGE”. In case of any dispute the decision of “ENGINEER-

INCHARGE” shall be final and binding.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 117 - of 141

9.5 BCPL reserves the right to reject any one or all the personnel deployed by contractor on the

basis of their performance, conduct and discipline.

9.6 For this job contractor shall provide skilled person on all days of week including Sundays and

Gazette Holidays as per site requirement or as per instruction of EIC. Contractor shall also make

arrangements for extra personnel, as and when required and as instructed by EIC, to assist in

various operation and maintenance requirements.

9.7 Bidder to ensure minimum basic experience & qualification while selecting the Process

Operator/Helper working person meeting the qualifying criteria as per RFQ. Final selection will

be done by BCPL.

11. SUPERVISION OF WORK :

11.1 The contractor himself is solely responsible for supervising his own manpower and he should

be able to manage all site related mechanical maintenance activities while executing job at site,

guide his personnel to carry out the work with proper safety and as per the instructions of the

Engineer-In-Charge. Contractor shall also be able to make arrangements for additional/extra

manpower assistance services as instructed by EIC as and when required.

11.2 All the personnel engaged by the contractor shall report to EIC or authorized representative of

BCPL daily for allocation of job.

11.3 The contractor must be capable to arrange crews in case of emergency, immediately at site.

12. WORKING HOURS:

Normal working hours will be from 8.30 A.M. to 5.00 P.M in a day for general shift with a

break of half an hour for lunch. Further, works will be carried out by the contractor personnel

on round the clock basis in 3 shifts (A, B, C shift, A shift - 06hrs. to 14hrs, B shift - 14hrs. to

22hrs. & C shift - 22hrs. to 06hrs.). The working time can be changed as per requirement of

work as decided by EIC / site in charge.

13. SUPERVISORS:

13.1 All jobs in this contract are to be carried out under proper supervision. Contractor has to ensure

effective supervision of all the jobs carried in plant through experienced and adequately

qualified personnel.

13.2 However, depending on job requirement esp. during breakdown / shutdown / turnaround, the

number of supervisors may have to be increased as per advice of EIC.

13.3 For over-all supervision, the contractor shall depute any Graduate with minimum 4 years or

Diploma holder with minimum 3 years of relevant experience for the contract period, who will

be its site in charge.

13.4 The contractor shall employ such workers who are above 18 years of age.

13.5 Transportation of contract employees to the site and back shall be the responsibility of the

contractor. BCPL shall have no obligation in this regard.

13.6 The personnel deployed against this contract shall not be used for any other contract except

without specific clearance from the EIC of the contract.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 118 - of 141

14. SITE OFFICE:

The contractor has to maintain his site-office at his own cost. Space for site office shall be

provided by BCPL.

15. SCOPE OF SUPPLY BY BCPL:

The followings shall be under owner’s scope for execution of the Schedule of Rates (SOR)

items, which shall be provided to the Contractor free of cost, unless otherwise stated:

15.1 As per job requirement, special tools like Heavy equipment like Crane, Tractor Trailer, Hydra,

Fork- lifts etc shall be provided by BCPL free of cost, if available, for smooth execution of

SOR items whenever required.

16. UTILITY SUPPLY BY BCPL:

16.1 Service air, service water shall be provided to the contractor free of cost at one point. The

contractor has to make his own arrangement to use the same at work site by extending pipe line,

etc. as per requirement

16.2 Electric power shall be provided to the contractor free of cost at a single point. The contractor

has to make his own arrangement to use the same at work site by extending cable, etc. as per

requirement.

16.3 Space for office shall be provided by BCPL, if required and available. However, after expiry of

the contract the contractors shall demolish his office & clean the area up to the satisfactions of

EIC, at his cost.

16.4 Intercom telephone facility can be provided to contractor at a particular point as per

convenience of BCPL. The contractor has to make his own arrangement to use the same at work

site by extending cable, etc. as per requirement.

17. SAFETY, SECURITY RELATED CLAUSES:

17.1 The contractor shall provide personal protective equipment including Cotton cloth, safety

shoes, safety helmet, Safety goggles, hand gloves, safety belts, safety net and rope ladders etc.

as per prevailing safety norms, to all the personnel deployed for the execution of the mechanical

maintenance jobs. Further, any guidelines/ regulation/ penalty etc with regards to this clause

notified by HR/ F&S/ Central agency of BCPL from time to time during execution of contract

shall be binding on the contractor.

17.2 Special safety equipment like breathing apparatus, gas masks etc. shall be provided by BCPL.

Eyes’ protection kits will also be provided by BCPL, whenever required. Contractor will be

responsible for accounting of the same.

17.3 All jobs are to be carried out under “Permit system” on receipt of the intimation from S/I or site

engineer .The contractor has to cross check for ensuring availability of “Safety work permit”

duly signed by process/safety personnel with mechanical S/I or site engineer before starting the

jobs. The contractor has to comply all safety requirements for the execution of the job, as per

instructions of Plant Safety Officer / "ENGINEER-IN-CHARGE". Contractor shall intimate

the concerned S/I of site engineer after completion of job. Further, any guidelines/ regulation/

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 119 - of 141

penalty etc with regards to this clause notified by HR/ F&S/ Central agency of BCPL from time

to time during execution of contract shall be binding on the contractor.

17.4 Contractor shall maintain first aid facility for his employees, however first aid available with

BCPL will be provided by BCPL if available. Remaining expenditure towards treatment of

contractor’s employee will be borne by contractor.

17.5 The Contractor shall have to take adequate security measure for security of their office,

equipment, machinery, tool & tackles and material. In the case of theft or loss, BCPL will not

be held responsible.

17.6 All the employee of contractor should observe the security and safety related rules and

regulations introduced from time to time by BCPL management. Violation of this shall attract

penalty as per SCC.

18. PENALTY/TERMINATION CLAUSE FOR NON PERFORMANCE, IF ANY:

18.1 In case of Labour Strike raised by Contract Workmen resulting hampering/affecting the site

activities due to Labour payment related issues, a penalty shall be imposed on the contractor by

deducting an amount of Rs. 50,000.00/- per distinct case from the contractor’s bill.

18.2 In case of failure on the part of the contractor causing safety problem or production loss or

mechanical damage to the equipment, contractor shall be penalized at a flat rate of 5% of each

case of bill amount in that particular month plus actual cost of equipment damaged as per the

discretion of the “ENGINEER-IN-CHARGE”.

18.3 The contractor shall ensure the proper handling of the spares, special tools, facilities provided

by BCPL. If any damage and breakage is found, the cost of the items plus 15% overhead shall

be back charged to the contractor from his Running bills.

18.4 In case of non availability of the services by the contractor on any day, BCPL has the right to

get the same done by any other agency at the risk and cost and responsibility of the contractor.

In addition 20% of the service charges will be deducted from the contractor’s dues.

18.5 If the contractor fails to mobilize the required resources within reasonable time as decided by

ENGINEER –IN-CHARGE, BCPL may get the work done through other agency at the risk and

cost of the contractor and the security deposit of the contractor may liable to be forfeited.

18.6 In case of delay in execution of job, EIC at his discretion may impose a penalty of Rs 1000/-

per distinct case of delay. The time taken by contractor for any job shall be considered as the

duration from intimation received by the contractor supervisor to the completion of the job in

totality. The total of the recoveries shall be limited to maximum 5% of contract value on yearly

basis.

18.7 EIC at it’s discretion may also make recovery from contractor’s bill, If the contractor

neglects/fails to execute jobs/ his duties included in the Scope of Work up to the satisfaction of

EIC during execution of the contract or fails to respond to a notice of neglect within a period of

the time set in such notice. The amount of recovery shall be determined by BCPL in

consideration of the nature and consequence of the contractor’s neglect. The recovery shall be

limited to a maximum of Rs 1000/-per distinct case of neglect. The total of the recoveries shall

be limited to maximum 5% of contract value on yearly basis.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 120 - of 141

18.8 In case of consistent non-performance of contractual obligations and violation of terms and

conditions of the contract, BCPL reserves the right to get the work done through other agency

at the risk and cost of the contractor and to take suitable action against contractor including

forfeiture the security deposit and termination of the contract.

18.9 Notwithstanding anything contained elsewhere, BCPL may at any time its discretion terminate

the contract or part of the contract after giving 07days notice in writing to the contractor without

assigning any reason and upon such termination the BCPL shall have the right to remove the

contractor’s materials from site and the contractor shall be paid price of the work satisfactorily

completed in accordance with the provisions of this contract.

19. TERMS OF PAYMENT:

19.1 The Measurement of Work and payment thereof will be done as deliberated in measurement

and payment methodology.

19.2 Contractor is required to submit monthly running bills in quadruplicate to ENGINEER-IN-

CHARGE along with the copies of separate measurement sheets of executed jobs during

previous month by first week of every month, for job certification and payment. The payment

against monthly RA Bill shall be released based on the actual executed job, duly certified by

EIC.

19.3 The payment shall normally be made within thirty days of submission of bill to ENGINEER-

INCHARGE by Finance Department after statutory deductions.

19.4 As per present practice, RA bill will be processed after obtaining Site Clearance certificate from

Operation & F&S department by the Contractor. However, any further guidelines/

regulation/penalty etc with regards to this clause notified by HR/ F&S/ Central agency of BCPL

from time to time during execution of contract shall be binding on the contractor

19.5 In case of any damage to BCPL’s property occurs during the execution of work due to

contractor or of his employees, deduction will be made from the total claims according to the

total evaluated cost of the damaged article. The evaluation of the damage will be done at the

sole discretion of BCPL as decided by the ENGINEER-IN-CHARGE.

19.6 The contractor shall submit a certificate along with each running bill that the contractor has

obtained the EPF code no. (Code number to be indicated) and EPF contribution in respect of

contractual labor up to the previous bill has already been deposited with the PF commissioner.

19.7 Final bill along with No claim certificate shall be submitted within 30 days of completion of

contract period.

19.8 No mobilization advance shall be paid.

19.9 In no case payment of the bills shall be made if, the jobs are not certified by the site engineer

from time to time.

20. DOCUMENTS TO BE ATTACHED WITH BILL:

Following documents are to be furnished along with the bill at the frequency as given in the

table. Further, any guidelines/ regulation/ penalty etc with regards to this clause notified by HR/

F&S/Central agency of BCPL from time to time during execution of contract shall be binding

on the contractor:

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 121 - of 141

21. DEFECT LIABILITY PERIOD:

Documents to be submitted with Monthly bill

Sl No. Document Periodicity

A Copy of labour license (applicable, if contractor is engaging more than 20

workers)

With first bill

B Copy of comprehensive insurance cover (CAR policy/Workmen's

Compensation Policy, whichever is applicable)

With first bill

C Copy of Contract Agreement With first bill

D Contractor has to maintain registers under Contract Labour(R&A)

Act, 1970 like:-

D.1 Register of workmen employed by contractor in Form XIII, Every month

D.2 Muster Roll in Form XVI Every month

D.3 Register of Wages in Form XVII Every month

D.4 Register of Deduction in Form XX Every month

D.7 Issuance and maintenance of Wage Slip in Form XIX Every month

E Copies of Forms under Employees' Provident Fund & Miscellaneous

Provisions Act, 1952 if applicable

E.1 Copy of PF Registration letter from RPFC, Form 2 one time

E.2 PF Challan, Every month

E.3 Copy of ECR(Electronic challan cum return) Every month

E.4 Format under Para 36-B, Every month

E.5 Form 6A, At the end of financial

year

E.6 Form 11 Declaration under EPF Act During the time of

deployment of Contract

Labour.( With first bill and

as and when one new

contract worker join)

F Copy of wage register duly certified by authorized representatives of the

contractor and BCPL certifying as " Certified that the amount shown in the

column no….. has been paid to the workman concerned in my presence on

( date) at…..(place)

Every month

G If wages are paid through bank, copy of bank statement duly certified by

Bank of previous month

Every month

H Copy of Electronic Challan cum Return(ECR) for the proof of PF

contribution deposit/ remittance alongwith the details of employees

showing PF Account no, contribution of employee and employer etc.

Every month

I Copies of Forms under Factories Act, 1948

J Form 12(Register of Adult Worker) Every month

K Form 14( Register of Leave with Wages) Every month

L Form 15( Leave Book) Every month

M Form 16( Nomination form) one time

Documents to be attached with Final Bills

S. No Document Documents attached

a Copy of Certified Wage registers (Certified from EIC and

Contractor) for the total contract period.

With Final bill

b Copy of Work Completion Certificate With Final bill

c Copy of labour License ( If, applicable) With Final bill

d Copy of Work Order With Final bill

e Copy of PF Slips in Form 23 With Final bill

f Copy of ECR With Final bill

g Copy of Annual return under EPF(Form 6A) With Final bill

h Copy of Form-11(revised)-for new joinees Final Bill

i Undertaking from contractor regarding disbursement of wages to all

the contract worker deployed through him.

With Final bill

j No dues certificate from the contractor. With Final bill

k No Objection Certificate in Prescribed format from F&S Department Every Month

l No Objection Certificate from Workshop, Other mechanical section With Final bill

m No Objection Certificate from Electrical, Instrumentation, HR,

Security, F&S, Inspection

With Final bill

n No Objection Certificate from concerned Labour Enforcement

officer(local), Dibrugarh

With Final bill

o No Objection Certificate from concerned PF officer, Dibrugarh With Final bill

p Indemnity bond with respect to contract labor. With Final bill

q Copy of certified wage registered(Certified from EIC & Contractor)

for the total contract period

With Final bill

r Undertaking from contractor regarding disbursement of wages to all

the contract worker deployed through him

With Final bill

s Indemnity Bond of Rs. 100/- duly notarized from the Notary

indemnifying BCPL from all the liabilities w.r.t the persons engaged

by the contractor regarding payment of wages, Provident fund,

Insurance and other payments etc.

With Final bill

t Any other document as per statutory requirement With Final Bill

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 122 - of 141

The Defect Liability Period is not applicable for this contract.

22. INSURANCE & DAMAGE TO PROPERTY:

Contractor will be responsible for insurance coverage of his personnel and BCPL will have no

liability what so ever, on this account. Damage, if any caused to roads /building / structures/

machinery, equipment, property either moveable or immoveable during execution of work, the

same will be made good by the contractor.

23. MINIMUM GUARANTEED AMOUNT:

The minimum guaranteed amount is not applicable for this contract.

24. OTHER CLAUSES:

24.1 Sub letting of work without prior written permission of BCPL: No contractor/contracting

firm shall sub let or assign any work in part or whole to any individual, proprietorship firm,

partnership firm, private ltd. Company, etc. without prior written permission of BCPL.

24.2 The Contractor/contracting firm shall obtain comprehensive insurance policy covering all risks

such as accidents, injuries and death likely to be caused to his workers or-to a third person

Including loss to the properties of Owner/BCPL or to some other agency. The premium amount

should be deposited with the insurance agency by the contractor regularly and without any

delay.

24.3 In case of any accident resulting in any injury or death in respect of the personnel deployed by

the contractor during the execution of the work, the contractor shall be solely responsible for

payment of adequate compensation, insurance amount etc. to the person injured / next Kith &

Kin of the deceased. Contractor shall indemnify BCPL from all such liabilities.

24.4 The contractor/contracting firm shall not employ any person suffering from any contagious,

loathsome or infectious disease. The contractor/contracting firm shall get examined his

employees/workers through a Government Doctor before deployment and a report in this regard

shall be submitted to BCPL.

24.5 No worker of contractor/contracting firm and contractor himself shall be allowed to consume

alcoholic drinks or any narcotics within the plant premises. If found under the influence of

above, the contractor/contracting firm shall have to change/replace him, failing which, BCPL

may terminate the contract.

24.6 The contractor/contraction firm shall indemnify BCPL against all claims, demands, actions,

cost and charges etc. brought by any court, Competent Authority/Statutory Authorities against

any act or acts of the contractor/contracting firm or his workers.

24.7 The contractor/contracting firm shall deploy the workers after verification of their character and

antecedents. In case any worker is found having criminal record, he shall have to be

immediately replaced without any delay.

24.8 The persons to be deployed should be on rolls of the contractor/contracting firm.

24.9 The contractor/contracting firm shall issue proper identity cards to all the workers who are to

be engaged for the job. The identity cards shall be signed by the contractor or his authorized

representative. The contractor/contracting firm shall also be responsible for obtaining the gate

passes from CISF in respect of all their personnel.

24.10 The supervision of the personnel shall be done by the contractor/contracting firm through their

authorized representative and the name of the supervisor shall invariably be intimated to the

Engineer–In-Charge at the commencement of the contract.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 123 - of 141

24.11 The contractor shall be solely responsible for disciplining the personnel deployed by him.

Further, he shall ensure that none of his workers create any nuisance or indulge in anti-social

and criminal activities during the entire period of contract. In case, anybody is found indulging

in such activities then he will have to be immediately removed without any prejudice to further

necessary action as deemed fit.

24.12 The contractor/contracting firm shall be required to obtain labor license from Assistant Labor

Commissioner Assam, if engages 20 or more workmen / labors.

24.13 The contractor/contracting firm shall pay the wages to the workers latest by 7th of the

subsequent month at the rates as per the Minimum Wages Act and as notified by the Chief

Labor Commissioner Assam from time to time. The Engineer In charge shall ensure that the

contractor/contracting firm is making payment of wages to its labors not less than the wages

notified by the appropriate authority from time to time.

24.14 The contractor/contracting firm shall have a separate Provident Fund Code allotted in his name

by the Regional Provident Fund Commissioner and submit the copy of monthly challan for the

amount deposited towards Provident Fund along with a list of his labors/workers to the Engineer

In charge.

24.15 The Contractor shall submit copy of the ESIC Registration before commencement of work. In

case the ESIC is not applicable for BCPL, then the contractor shall obtain appropriate Workmen

Compensation Insurance Policy (for the compensation value not less than Rs. 5.0 Lakhs per

worker). The copy of the same is to be submitted to Engineer-in-charge before commencement

of work.

24.16 The contractor/contracting firm shall be required to deposit contribution towards Provident

Fund, Pension, ESI, If applicable, or any other statutory payments to be made in respect of his

workers well in time and submit a copy of challan to owner/Engineer In-Charge in

monthly/quarterly basis failing which BCPL will deduct from his bills the amount equivalent

to such deduction along-with penalty as per the provisions of the applicable Act.

24.17 The contractor/contracting firm shall obtain registration under Inter State Migrant Workmen

(regulation of Employment and Conditions of Service) Act, 1979 if he deploys and engages

labours from states other than Assam.

24.18 The contractor/contracting firm shall strictly comply with the various provisions of Payment

of Wages Act, 1936, Payment of Bonus Act, 1965, Workmen’s Compensation Act, 1923,

Minimum Wages Act, 1948, Contract Labor (Regulation & Abolition) Act,1970, Employees’

Provident Fund and Miscellaneous Provisions Act. 1952, etc. and other labor legislations as in

existence (at present in India) and as amended from time to time.

24.19 The contractor shall be required to furnish proof/copies of forms/returns as per the checklist

attached hereto every month along with the monthly bills to the Engineer –In- Charge. The

checklist is indicative for monthly bills only and other forms/returns as required under various

acts shall be required to be filed / maintained by the contractor himself regularly.

24.20 The contractor(s) are required to submit copies of Electronic Challan Cum Return (ECR)/

Electronic challan along with online uploaded list of contract workers/ members/ subscribers

for the proof of remittance of Provident Fund (PF) contributions with PF Authorities for the

contract workers engaged by him in BCPL while submitting monthly bills.

24.21 No contract workers below the age of 18 years shall be deployed on the work.

24.22 While conforming to any of these conditions, the contractor should ensure that no law of state

regarding labor, their welfare, conduct etc. is violated. The contractor shall indemnify BCPL

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 124 - of 141

for any action brought against him for violation, non-compliance of any Act, rules and

regulations of center/ state/ local statutory Authorities.

24.23 At the time of closing of contract/submission of final bill, the contractor shall be required to

obtain unconditional NOCs from the concerned Labor Enforcement Officer (Central) and

Assistant PF Commissioner/PF Enforcement Officer.

24.24 No accommodation shall be provided to contractor/contracting firm as per guide lines of BCPL.

25. RESPONSIBILITIES OF THE CONTRACTOR AND ADHERENCE/COMPLIANCE

TO VARIOUS LABOUR LEGISLATION/INDUSTRIAL LAWS:

(Following clause will supersede as per applicability during execution of the contract provisions

mentioned anywhere of this document)

25.1 The Contractor/contracting firm shall obtain comprehensive insurance policy covering all risks

such as accidents, injuries and death likely to be caused to his workers or to a third person

including loss to the properties of Owner /BCPL or to some other agency. The premium amount

should be deposited with the insurance agency by the contractor regularly and without any

delay.

25.2 In case of any accident resulting in injury or death in respect of the personnel deployed by the

contractor during the execution of the work, the contractor shall be solely responsible for

payment of adequate compensation, insurance amount, etc. to the person injured/next kith and

kin of the deceased. Contractor shall indemnify BCPL from such liabilities.

25.3 The contractor/contracting firm shall not employ any person suffering from any contagious,

loathsome or infectious disease. The contractor/contracting firm shall get examined his

employees / workers through a Government Doctor before deployment.

25.4 No worker of contractor/contracting firm and contractor himself shall be allowed to consume

alcoholic drinks or any narcotics within the plant premises. If found under the influence of

above, the contractor/contracting firm shall have to change/replace him, failing which, BCPL

may terminate the contract.

25.5 While conforming to any of these conditions, the contractor should ensure that no law of state

regarding labor, their welfare, conduct etc. is violated. The contractor shall indemnify BCPL

for any action brought against him for violation, non-compliance of any Act, rules and

regulations of center/ state/ local statutory Authorities/ any court against any act or acts of the

contractor/contracting firm or his workers.

25.6 The contractor/contracting firm shall deploy the workers after verification of their character and

antecedents. In case any worker is found having criminal record, he shall have to be

immediately replaced without any delay.

25.7 The persons to be deployed should be on rolls of the contractor/contracting firm.

25.8 The contractor/contracting firm shall issue proper identity cards to all the workers who are to

be engaged for the job. The identity cards shall be signed by the contractor or his authorized

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 125 - of 141

representative. The contractor/contracting firm shall also be responsible for obtaining the gate

passes from CISF in respect of all their personnel.

25.9 The supervision of the personnel shall be done by the contractor/contracting firm through their

authorized representative and the name of the supervisor shall be invariably intimated to the

Engineer-In-Charge at the commencement of contract.

25.10 The contractor shall be solely responsible for disciplining the personnel deployed by him.

Further, he shall ensure that none of his workers create any nuisance or indulge in anti-social

and criminal activities during the entire period of contract. In case, anybody is found indulging

in such activities, then he will have to be immediately removed without any prejudice to further

necessary action as deemed fit.

25.11 The contractor/contracting firm shall be required to obtain labor license from Ministry of Labor,

Assam if he engages 20 or more workmen/labors. The contractor is responsible for obtaining

the labor license under the provisions of Contract Labor (R&A) Act, 1970 from the office of

RLC (Central), Ministry of Labor, Govt. of India, Dibrugarh.

25.12 The contractor shall have his own ESI Code No. allotted by Employee State Insurance

Corporation (ESIC) as required under Employee State Insurance Act 1948. In case the premises

/ worksite is not covered under ESIC, contractor to obtain a suitable workmanship policy inline

with the coverage of Employees Compensation Act, 2010.

25.13 The contractor/contracting firm shall be required to deposit contribution towards ESI, or any

other statutory payments to be made in respect of his workers (to be submitted the Challans

along with bank receipts/bank statement) well in time and submit a copy of challan to

owner/Engineer In-charge in monthly/quarterly basis failing which BCPL will deduct from his

bills the amount equivalent to such deductions along-with penalty as per the provisions of the

applicable Act.

25.14 The contractor is liable to abide by all necessary licenses / permissions from the concerned

authorities as provided under the various labor legislations.

25.15 The contractor/contracting firm shall obtain registration under Inter State Migrant Workmen

(Regulation of Employment and Conditions of Service) Act, 1979 if he deploys and engages

labours from states other than ASSAM.

25.16 The contractor/contracting firm shall strictly comply with the various provisions of Payment

of Wages Act-1936, Payment of Bonus Act-1965, Workmen’s Compensation Act-1923,

Minimum Wages Act-1948, Contract Labor (Regulation & Abolition) Act-1970, Employees’

Provident Fund and Miscellaneous Provisions Act-1952, BOCW Act-1996 etc. and other labor

legislations as in existence (at present in India) and as amended from time to time.

25.17 The contractor shall be required to furnish proof/copies of forms/returns as per the checklist

attached hereto every month along with the monthly bills to the Engineer –In- Charge and the

concerned Engineer-In-Charge shall be ensured the same. The checklist is indicative for

immediate requirement after issuance/ receiving of Letter of Intent (LOI)/monthly bills/ final

bill and other forms/returns as required under various acts shall be required to be

filed/maintained by the contractor himself regularly.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 126 - of 141

25.18 No contract workers below the age of 18 years shall be deployed on the work.

25.19 The personnel to be deputed by the contractor shall observe all security, fire & safety rules of

BCPL while at the site/ work. His work/ services will be supervised by the supervisor of the

contractor. Contractor has to be strictly adhering to guidance, instructions whenever required.

25.20 While conforming to any of these conditions, the contractor should ensure that no law of state

regarding labor, their welfare, conduct etc. is violated. The contractor shall indemnify BCPL

for any action brought against him for violation, non-compliance of any Act, rules and

regulations of center/ state/ local statutory Authorities.

25.21 No accommodation will be provided to the contractor/contracting firm as per guidelines of

BCPL HR.

26. ADDITIONAL GUIDELINES FOR ADHERENCE TO VARIOUS LABOUR

LEGISLATIONS WHILE AWARDING JOB/SERVICE CONTRACT:

i) The contractor is responsible for obtaining the labour licence under the provisions of the

Contract Labour (R & A) Act, 1970 from the office of RLC (Central), Ministry of Labour,

Govt. of India, Dibrugarh.

ii) Minimum Wages shall be paid as notified under Minimum Wages Act-1948 and its amendment

thereof. Escalation of Minimum Wages in every 6 months i.e. 1st April and 1st October to be

provisioned.

iii) The Contractor is solely responsible for the disbursement of wages and other dues to their

respective workman latest by 7th day of every month via electronic mode.

iv) Paid Weekly Off shall be granted to every workman after continuous 6 days of working.

v) Paid National Holiday shall be granted to every workman during a calendar year.

vi) Paid Festival Holiday (07 Days) shall be granted to every workman in a calendar year. Worker

will decide the particular festival day on which they will avail the leave after mutual discussion

with the respective contractors to ensure that there is no hindrance to the work at BCPL Site.

vii) Annual Leave wages shall be allowed to workman as per the provisions of the Factories Act-

1948 and rules made thereunder.

viii) Contractor shall pay bonus to their respective contract workers as per the Payment of Bonus

Act-1965 and as amended from time to time.

ix) Provident Fund shall be regulated as per the provisions of Employee Provident Fund &

Miscellaneous Provisions Act-1952 and as amended from time to time. Contractor shall ensure

activation of UAN number with Bank Account for all the contract workers engaged by them in

their respective worksite. The Contractor shall have his own PF Code No with RPFC as required

under EPF Misc. Provisions Act, 1952. It is also recommended that Contractor should obtain a

sub-code under EPFO, Tinsukia and deposit the contribution of its workers in EPFO Tinsukia.

The contractor must submit the proof of depositing PF contribution of their workmen in form

of monthly ECR mandate, PF Challan, Confirmation slip and Acknowledgment along with

monthly RA bill/s.

x) Shift Allowance shall be granted to the workers who perform their duties in A, B &C Shifts.

xi) Workmen Compensation shall be regulated as per the provisions of Employee Compensation

Act-2010 (earlier known as Workmen Compensation Act. 1923) and as amended from time to

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 127 - of 141

time. The contractor shall ensure to obtain suitable Employee’s Compensation Insurance policy

covering the risks of accident at the workplace and injury sustained out of or in course of

employment for all contract workman engaged by the contractor as per the provision

Employees’ Compensation Act, 2010 and rules framed there under.

xii) Every women worker shall get Maternity Benefit as per the provision of the Maternity Act.

1961 and as amended from time to time.

xiii) Contractor to issue Employment Card to all the contract workers engaged by the contractor in

FORM XIV (See Rule 76) of Contract Labour (Regulation & Abolition) Act. 1970.

xiv) Contractor shall issue wage slip to their respective contract workers in “Form XIX” under Rule

78 (1) (b) of the Contract Labour (Regulation & Abolition) Act. 1970.

xv) Contractor shall provide Uniform & PPEs to their respective contract workers as per contractual

terms & conditions.

xvi) Contractor to undertake Health Check-up of all contract workers as per the provisions of the

Factories Act-1948 and Assam Factories Rules -1950 and rules made thereunder & submit

health check-up report to HR Department.

xvii) Contractor shall pay Retrenchment Compensation to retrenched contract workers as per the

provisions of ID Act. 1947. Contractor to serve at least 30 days’ notice or payment in lieu of

notice to the contract worker those who have completed atleast 240 days in preceding 12

months as on the day of retrenchment.

xviii) Contractor shall obtain all necessary licenses/ permissions from the concerned authorities as

provided under the various labour legislations.

xix) Contractor shall discharge obligations as provided under various statutory enactment including

the Employees Provident Funds and Miscellaneous Provisions Act, 1952, Contract Labour (R

& A) Act 1970, Minimum Wages Act, 1948, the Payment of Wages Act, 1936, The Employees

Compensation Act, 2010 (earlier known as Workmen’s Compensation Act., 1923) and other

relevant Acts, Rules and regulations enforced from time to time.

xx) Contractor shall be solely responsible and indemnify BCPL against all charges, dues, claims

etc. arising out of the disputes relating to dues and employment of personnel deployed by him

at BCPL.

xxi) Contractor shall indemnify BCPL against all losses or damages caused to it, on account of acts

of the personnel deployed by him.

xxii) Contractor shall ensure regular and effective supervision of personnel deployed by him at BCPL

for undertaking the contractual obligations.

xxiii) Contractor is required to maintain all statutory registers and records as per the provisions of

various applicable Labour Laws and submits the same to BCPL as and when required.

xxiv) Contractor shall take suitable health insurance in respect of all their employees and contract

workers deployed at BCPL.

xxv) Contractor shall deploy adequate number of qualified and experienced personnel to discharge

the contractual obligations effectively.

xxvi) In addition to the above contractor shall ensure implementation of all applicable labour laws /

legislation, rules made thereunder and amendments issued by Appropriate Authority from time

to time.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 128 - of 141

27. TERMINATION OF THE CONTRACT:

BCPL may at any point of the time during the currency of the contract and solely at its discretion

terminate the contract in full and in part by giving 30 days’ notice before expiry of full terms

of 01 year or extended term of contract. The contractor shall not be entitled for any

compensation by reasons of any such termination and the contractor shall not be allowed to

move for arbitration for any such termination. Security Deposit of the contractor will get

forfeited in case of termination of contract.

If the contract is to be terminated due to non-performance of the contract, the same shall also

be done by giving 30 days’ notice period.

28. ENGAGEMENT OF PROJECT EFFECTED PERSON (PAP) AND LOCAL

PERSONS:

The contractor will ensure engagement of 100% Project Affected Persons (PAP) and local

persons in unskilled category of work for which list of such persons will be provided by the

authorized persons of BCPL Authorities. The name of the Authorized person will be notified

to the contractor by BCPL Authority from time to time. So far as engagement of Semi-Skilled

and Skilled category of manpower in the said work is concerned, the contractor will give

preference to the PAPs and local persons fulfilling the technical requirement of the job/work.

__________________________________________________________________________________

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 129 - of 141

SECTION-VI

SCOPE OF WORK

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 130 - of 141

SECTION-VI

SCOPE OF WORK

A. ECU -Part A

1. Shift Assistance on round the clock basis for Operational Assistance in ECU Hot section-

i. Assistance for Logging of important field readings like measurement of Tube Metal

Temperature (TMT) twice a shift (at 144 locations in each shift) for all the three furnaces. The

frequency / no. of readings are likely to increase depending on plant operation requirements.

ii. Assistance for Calibration of chemical dosing pumps like DMDS, phosphate, and hydrazine

etc. twice a shift.

iii. Assisting for the furnaces readiness, for cracking or decoking which involves quite a lot of jobs

such as manual isolation / opening of valves, IBD requirements etc.

iv. Assistance in Fine tuning of furnace burners by adjustments of air registers in all shifts during

cracking / decoking.

v. Assisting, Monitoring the performance & logging of field readings of critical equipments like

CGC, TRC, De-coke Air Compressor etc. twice during the shift.

vi. Assisting, Monitoring the performance & logging of field readings of critical pumps like BFW,

Quench water & ethylene reflux pumps twice a shift

vii. Assistance for Health monitoring of pumps viz., bearing oil cup level, bearing temperature and

filling-up of methanol in seal pots of cold service pumps etc.

viii. Assistance/ Supervision, during lab sampling activities

ix. Assisting handing over the critical rotary equipments for scheduled maintenance

x. Assisting for Handing over of critical exchangers for maintenance activities

xi. Assisting in handling emergencies in various sections of the unit

xii. Assistance during start-up and shutdown activities

xiii. Assisting for Hand- over of the PSVs of various equipments / pipelines for calibration.

xiv. Assistance in Supervision / monitoring of house- keeping activities of various sections of the

unit

xv. Assistance in Supervision of activities during Flux oil/Wash oil/methanol tanker unloading

xvi. Assisting Draining of various KODs as per operational requirement

xvii. Shifting of hosepipes, and hose connections of various sizes.

xviii. Other jobs as per instruction from shift In-charge based of process requirement.

2. Shift Assistance on round the clock basis for Operational Assistance in ECU Compressor

House-

i. Assisting, Monitoring the performance & logging of field readings of critical equipments like

CGC, TRC, De-coke Air Compressor etc. twice during the shift.

ii. Assisting, Monitoring the performance & logging of field readings of compressor seal gas and

critical pumps like lube oil, condensate transfer pumps.

iii. Assistance for Health monitoring of pumps, turbines, compressors viz., bearing oil cup level.

iv. Assistance/ Supervision, during lab sampling activities

v. Assisting handing over the critical rotary equipments for scheduled maintenance

vi. Assisting for Handing over of critical exchangers for maintenance activities

vii. Assisting in handling emergencies in various sections of the unit

viii. Assistance during start-up and shutdown activities

ix. Assisting for Hand- over of the PSVs of various equipments / pipelines for calibration.

x. Assistance in Supervision / monitoring of house- keeping activities of various sections of the

unit

xi. Assisting Draining of various KODs as per operational requirement

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 131 - of 141

xii. Shifting of hosepipes, and hose connections of various sizes.

xiii. Other jobs as per instruction from shift In-charge based of process requirement.

3. Shift Assistance on round the clock basis for Operational Assistance in ECU Cold Section-

i. Assisting, Monitoring the performance & logging of field readings of critical pumps like DM

column, ethylene fractionator reflux pumps twice a shift.

ii. Assistance for Health monitoring of pumps viz., bearing oil cup level, bearing temperature and

filling-up of methanol in seal pots of cold service pumps etc.

iii. Assistance/ Supervision, during lab sampling activities

iv. Assisting handing over the critical rotary equipments for scheduled maintenance

v. Assisting for Handing over of critical exchangers for maintenance activities

vi. Assisting in handling emergencies in various sections of the unit

vii. Assistance during start-up and shutdown activities

viii. Assisting for Hand- over of the PSVs of various equipments / pipelines for calibration.

ix. Assistance in Supervision / monitoring of house- keeping activities of various sections of the

unit

x. Assistance in Supervision of activities during Flux oil/Wash oil/methanol tanker unloading

xi. Assisting Draining of various KODs as per operational requirement

xii. Shifting of hosepipes, and hose connections of various sizes.

xiii. Other jobs as per instruction from shift In-charge based of process requirement.

xiv. Other jobs as per instruction from shift In-charge based of process requirement.

4. General Shift Operational Assistance in ECU-

i. Chemical drums shifting from chemical ware house to plant site, DMDS and Polymer inhibitor,

Anti-oxidant etc.

ii. Empty chemical drum shifting to yard.

iii. Quench oil drained during filter cleaning of quench oil circulation pumps needed to shift to

yard or unload into VV140.

iv. Assistance for Health monitoring of pumps viz., bearing oil cup level, bearing temperature

and filling-up of methanol in seal pots of cold service pumps etc.

v. Assistance/ Supervision, during lab sampling activities for special samplings.

vi. Assisting handing over the critical rotary equipments for scheduled maintenance

vii. Assisting for Handing over of critical exchangers for maintenance activities

viii. Assisting in handling emergencies in various sections of the unit

ix. Assistance during start-up and shutdown activities

x. Assisting for Hand- over of the PSVs of various equipments / pipelines for calibration.

xi. Assistance in Supervision / monitoring of house- keeping activities of various sections of the

unit

xii. Assistance in Supervision of activities during Flux oil/Wash oil/methanol tanker unloading

xiii. Assisting Draining of various KODs as per operational requirement

xiv. Shifting of hosepipes, and hose connections of various sizes.

xv. Other jobs as per instruction from shift In-charge based of process requirement.

xvi. Other jobs as per instruction from shift In-charge based of process requirement.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 132 - of 141

SECTION-VI

SCOPE OF WORK

B. GSU/C2+ Recovery - Part-B;

Shift Assistance on round the clock basis for Operational Assistance in GSU/ C2+ recovery

unit activities. Amine unloading, Lube oil make up, Plate Exchanger change over, Pump change

over, Pump isolation and handover for strainer cleaning and maintenance job, Metering area

filter change over, filter decontamination and handover for cleaning, Methanol unloading,

Dryer changeover & regeneration Amine and methanol dosing, Assistance in taking samples

for lab analysis', Refrigeration package filter changeover and handing over for cleaning, DM

water make up in surface condenser, amine tank and water wash column, Light-up of

regeneration gas heater burners, Isolation/taking in line of cooling water in heat exchangers as

required, Readiness of pump, PSV line up checking and change over, RG Compressor line up,

LP/HP header pressure maintenance in metering area, Level checking in all

vessels/columns/tanks as required, Line up of LG Compressor/Expander

Compressor/Refrigeration compressor for start-up,

Manpower required: 3 Operators per shift (A, B, C) Shifting of drums of amine, lube oil, etc.,

Opening and closing of isolation valves, Dropping of control valves and box up.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 133 - of 141

SECTION-VII

HEALTH, SAFETY

ENVIRONMENT [HSE] SPECIFICATIONS

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 134 - of 141

SECTION - VII

HEALTH, SAFETY AND ENVIRONMENT [HSE] SPECIFICATIONS

1. SCOPE

These specifications establish the 'Health, Safety and Environment [HSE] Management'

requirement to be complied with by the Contractors during executing their Job. Requirements

stipulated in these specifications shall supplement the requirements of 'HSE Management' given

in relevant act(s) / legislation(s).

2. REQUIREMENTS OF 'HEALTH, SAFETY AND ENVIRONMENT [HSE]

MANAGEMENT SYSTEM' TO BE COMPLIED BY BIDDERS

2.1. Preferably, the Contract should have a documented 'HSE Policy' to cover commitment of their

organization to ensure health, safety and environment aspects in their line of operations.

2.2. The Contractor shall ensure that the BCPL’s 'Health, Safety and Environment [HSE]'

requirements are clearly understood and faithfully implemented at all level, at sites.

2.3. Contractor shall promote & develop consciousness for health, safety & environment among all

personnel working for the Contractor. Regular work-site meetings shall be arranged on 'HSE'

activities to cover hazards involved in various operations during executing their jobs, location

of First Aid Box, trained personnel to give First Aid, Assembly Points, standby Ambulance or

vehicle and fire protection measures such as fire hydrant, water and fire extinguishers, etc.

2.4. Non-conformance of 'HSE' by Contractor [including his sub-Contractors] as brought out during

review/audit by BCPL / external agency authorized by BCPL, shall be complied by Contractor

and its report to be submitted to BCPL.

2.5. Contractor shall adhere consistently to all provisions of 'HSE' requirements. In case of non-

compliance of continuous failure in implementation of any of the 'HSE' provisions, BCPL may

impose stoppage of work and a suitable penalty for non-compliance. The decision of imposing

work-stoppage, its extent & monetary penalty shall rest with BCPL.

2.6. All fatal accidents and other personnel accidents shall be investigated for root cause by BCPL

and Contractor shall extend all necessary help and cooperation in this regard. Recommend

corrective and preventive actions of findings will be communicated to Contractor for taking

suitable actions should be taken by the Contractors to avoid recurrence of such incidences.

2.7. Contractor shall ensure that all their staffs and workers, including their sub-Contractor(s), shall

wear 'Personal Protective Equipments [PPEs]' such as safety helmets, safety shoes, safety belts,

protective goggles, gloves, etc., as per job requirements. All these gadgets shall conform to

relevant IS specifications or equivalent.

2.8. Contractor shall assign competent & qualified personnel for carrying out various tasks/jobs as

per requirement.

2.9. All equipment should be tested and certified for its capacity before use.

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 135 - of 141

2.10. Contractor shall ensure storage and utilization methodology of materials that are not

detrimental to the environment. Where required, Contractor shall ensure that only the

environment-friendly materials are used.

2.11. All persons deployed at site shall be knowledgeable of and comply with the environmental

laws, rules and regulations relating to the hazardous material substances and waste. Contractor

shall not dump release or otherwise discharge of dispose off any such materials without the

express authorization of BCPL.

2.12. Contractor should obtain all work permits before start of activities [as applicable] like hot work,

confined space, work at heights, storage of chemicals/explosive materials and its use &

implement all precautions mentioned therein.

2.13. Contractor should display at site office and work locations caution boards, provide posters,

banners for safe working to promote safety consciousness, etc.

2.14. Contractor should carryout audits/inspections/supervisions at the sub-Contractor's works and

submit the reports for review by BCPL.

3. RELEVANT CODES FOR 'PERSONAL PROTECTION EQUIPMENTS'

IS: 2925 – 1984 Industrial Safety Helmets

IS: 47701 – 1968 Rubber Gloves for Electrical Purpose

IS: 6994 - 1973

[Part-I] Industrial Safety Gloves [Leather & Cotton Gloves]

IS: 1989 - 1986

[Part-II] Leather Safety Boots & Shoes

IS: 5557 - 1969

Industrial & Safety Rubber Knee Boots

IS: 6519 – 1971 Code of Practice for Selections, Care & Repair of Safety

Footwear

IS: 11226 – 1985 Leather Safety Footwear Having Direct Molding Sole

IS: 5983 - 1978

Eye Protectors

IS: 9167 - 1979

Ear Protectors

IS: 3521 - 1983

Industrial Safety Belts & Harnesses

====================================================

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of India Enterprise)

________________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 136 - of 141

SECTION-VIII

SCHEDULE OF RATES[SOR]

PART-A: PART-I (UN-PRICED BID)

PART-B: PART-I (UN-PRICED BID)

PART-A & B: PART-II (PRICED BID) IN

SEPARATE SHEET

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR”

Page 137 of 141

Sl. No. Description of the item Unit Qty Unit Rate (in Rs.) Amount (in Rs.)

(a) (b) (c) (d) (e) (f)

1 Shift Assistance on round the clock basis for Operational Assistance in

ECU Hot section- Each 365

2 Shift Assistance on round the clock basis for Operational Assistance in

ECU Compressor House- Each 365

3 Shift Assistance on round the clock basis for Operational Assistance in

ECU Cold Section- Each 365

4 General Shift Operational Assistance in ECU- Each 365

5 TOTAL SERVICE CHARGES inclusive of VAT and other taxes and exclusive of Service Tax & Cess (Rs.)

6 Amount on which Service Tax is applicable: (70% of Total Service Charges at Sl. No.5) (Rs.)

7 Amount Of Service Tax @ 15% of Amount at Sl. No. 6 : (Rs.)

8 Grand Total of Contract Value of all SOR items in Figure (Including Service Tax) : (Sl. No. 5+Sl. No. 7) (Rs.)

9 Grand Total in words (Including Service Tax) :

Signature of Authorized Representative:

Name of authorized person submitting the tender on behalf of the Bidder(s):

Designation of authorized person:

Name of Firm / Contractor/Owner:

Address of Firm / Contractor/Owner:

Date:

PRICE SCHEDULE / SCHEDULE OF RATES (SOR) [PART - I - UN-PRICED BID]

SECTION-VIII

E-TENDER NO: BCPL/C&P/LE16W231OR/00318

NAME OF WORK: HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT (PART-A) OF M/S BCPL, LEPETKATA FOR ONE YEAR

*Bidders to mention/indicate in words "Quoted/Not Quoted" as applicable (using ball point pen with blue ink)

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR”

Page - 138 - of 141

Note

NOTE 1

BIDDERS ARE REQUESTED NOT TO INDICATE ANY PRICE IN THIS UNPRICED BID FORMAT

NOTE 2 BIDDERS TO MENTION/INDICATE IN WORDS "QUOTED/NOT QUOTED" AS APPLICABLE AT CELLS 1 ( e ) to 4 ( e ), 1 (f) to 4 (f) , 6 ( e ), 5(f) - 9(f) ( using ball point pen

with blue ink)

NOTE 3 Award of Contract will be based on “Least Cost to BCPL” basis, quoted by the Bidder, Unit wise, If a bidder happens to be Lowest in more than one Part(s) and has qualified only for one or more than

one of the Part(s) and not all Part(s), as the case may be. Once certain Part (s) awarded to such L1 bidder (On Least Cost to BCPL basis), the bidder ceases to be lowest bidder for the remaining Part

(s). The award of remaining Part (s) on other bidders should not be considered as award on L2, L3 …bidder.

NOTE 4 Contractor is to pay its workmen the wages in line with SCC which should not be less than the minimum wages as notified by Ce ntral Govt. or State Govt. from time to time (whichever is higher) ,

evidence of which is to be submitted with monthly running bill.

PRICE SCHEDULE / SCHEDULE OF RATES (SOR) [PART - I - UN-PRICED BID]

SECTION-VIII

E-TENDER NO: BCPL/C&P/LE16W231OR/00318

NAME OF WORK: HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT (PART-A) OF M/S BCPL, LEPETKATA FOR ONE YEAR

*Bidders to mention/indicate in words "Quoted/Not Quoted" as applicable (using ball point pen with blue ink)

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR”

Page 139 of 141

Sl. No. Description of the item Unit Qty Unit Rate (in Rs.) Amount (in Rs.)

(a) (b) (c) (d) (e) (f)

1 Shift Assistance on round the clock basis for Operational Assistance in

GSU/ C2+ recovery unit- Each 365

2 General Shift Operational Assistance in GSU/ C2+ recovery unit- Each 365

3 TOTAL SERVICE CHARGES inclusive of VAT and other taxes and exclusive of Service Tax & Cess (Rs.)

4 Amount on which Service Tax is applicable: (70% of Total Service Charges at Sl. No.3) (Rs.)

5 Amount Of Service Tax @ 15% of Amount at Sl. No. 4 : (Rs.)

6 Grand Total of Contract Value of all SOR items in Figure (Including Service Tax) : (Sl. No. 3+Sl. No. 5) (Rs.)

7 Grand Total in words (Including Service Tax) :

Signature of Authorized Representative:

Name of authorized person submitting the tender on behalf of the Bidder(s):

Designation of authorized person:

Name of Firm / Contractor/Owner:

Address of Firm / Contractor/Owner:

Date:

NOTE 1 BIDDERS ARE REQUESTED NOT TO INDICATE ANY PRICE IN THIS UNPRICED BID FORMAT

NOTE 2 BIDDERS TO MENTION/INDICATE IN WORDS "QUOTED/NOT QUOTED" AS APPLICABLE AT CELLS 1 ( e ) to 2 ( e ), 1 (f) to 2 (f) , 4 ( e ), 3(f) - 7(f) ( using ball point

pen with blue ink)

NOTE 3

Award of Contract will be based on “Least Cost to BCPL” basis, quoted by the Bidder, Unit wise, If a bidder happens to be Lowest in more than one Part(s) and has qualified only for one or more

than one of the Part(s) and not all Part(s), as the case may be. Once certain Part (s) awarded to such L1 bidder (On Least Cost to BCPL basis), the bidder ceases to be lowest bidder for the

remaining Part (s). The award of remaining Part (s) on other bidders should not be considered as award on L2, L3…bidder.

NOTE 4

Contractor is to pay its workmen the wages in line with SCC which should not be less than the minimum wages as notified by Central Govt. or State Govt. from time to time (whichever is

higher), evidence of which is to be submitted with monthly running bill.

PRICE SCHEDULE / SCHEDULE OF RATES (SOR) [PART - I - UN-PRICED BID]

SECTION-VIII

E-TENDER NO: BCPL/C&P/LE16W231OR/00318

NAME OF WORK: HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR

NOTE:

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of ia Enterprise)

_______________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 140 - of 141

PART - II - PRICED BID FOR PART-A & B ATTACHED AS A SEPARATE SHEET

(PLEASE GO TO OUR E-TENDER PORTAL,

SOR TO BE QUOTED UNDER E-MODE ONLY.)

ब्रह्मपुत्रके्रकरऔरपालीमेरलललमटेड (भारतसरकारकाउपक्रम)

Brahmaputra Cracker and Polymer Ltd.

(A Government of ia Enterprise)

_______________________________________________________________________________________________________________

________________________________________________________________________________________________________________ TENDER NO: BCPL/C&P/LE16W231OR/00318 FOR “HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE IN CRACKER UNIT

(PART-A) & GSU (PART-B) OF M/S BCPL, LEPETKATA FOR ONE YEAR” Page - 141 - of 141

CUT-OUT SLIPS

ENVELOPE – (I): "BID SECURITY / EMD & TENDER FEE,

POWER OF ATTORNEY AND ANY OTHER TENDER

DOCUMENTS” – As per ITB 11.1.1, 5 & 16

DO NOT OPEN

SUB: HIRING OF SERVICE CONTRACT FOR OPERATIONAL ASSISTANCE

IN CRACKER UNIT (PART-A) & GSU (PART-B) OF M/S BCPL,

LEPETKATA FOR ONE YEAR

E-TENDER NO.: BCPL/C&P/LE16W231OR/00318

BID SUBMISSION DUE DATE &

TIME ON E-TENDER PORTAL : 23.03.2017at 14:30Hrs

ENVELOPE -1 SUBMISSION DUE DATE : BETWEEN 24.03.2017 – 30.03.2017

TO

CONTRACTS & PROCUREMENT DEPT.

M/s Brahmaputra Cracker and Polymer Limited

(A Government of India Enterprise),

C&P Department, Administrative Building,

PO: Lepetkata, Dist.: DIBRUGARH, Assam,

Pin Code: 786006,

Phone no. 0373 2914636.

FROM:

TO BE PASTED ON THE OUTER ENVELOPE CONTAINING

BID SECURITY / EMD & TENDER FEE, POWER OF ATTORNEY

AND ANY OTHER TENDER DOCUMENTS